North Carolina Bids > Bid Detail

BEJ – Concrete Groin Ditch Repair

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159991338367760
Posted Date: Jun 6, 2023
Due Date: Jun 21, 2023
Solicitation No: W912PM23Q0032
Source: https://sam.gov/opp/5cae98401d...
Follow
BEJ – Concrete Groin Ditch Repair
Active
Contract Opportunity
Notice ID
W912PM23Q0032
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
US ARMY ENGINEER DISTRICT WILMINGTO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 06, 2023 08:25 am EDT
  • Original Response Date: Jun 21, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2EZ - REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS
  • NAICS Code:
    • 238110 - Poured Concrete Foundation and Structure Contractors
  • Place of Performance:
    Moncure , NC
    USA
Description

SOURCES SOUGHT NOTICE



FOR



REPAIR OF THE CONCRETE GROIN DITCHES AT B. EVERETT JORDAN LAKE, MONCURE, NC





This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a



Request for Proposal. This request does not obligate the Government in any contract award.





The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform repairs of the concrete groin ditches consist of filling in the voids underneath and around the concrete groins with Controlled Low Strength Material (CLSM), repairing cracks and pot holes in the ditches with either CLSM or an approved mortar mix, and sealing the joints with an approved flexible joint sealant. Per the American Concrete Institute (ACI), Controlled Low Strength Material (CLSM), sometimes referred to as flowable fill, is a self-compacted, non-shrink, cementitious material that is used as backfill in lieu of a compacted fill.





Description of Work:





The concrete groin repairs consist of filling in voids with CLSM, sealing/filling in cracks and potholes with CLSM or approved mortar mix, and sealing the joints of the groin with an approved flexible joint sealant. The voids shall be grouted to the ground surface. Voids underneath, adjacent or in the groins should be grouted with CLSM. Voids within 4 feet of the perimeter of the groin shall be filled in with CLSM as well. If the natural ground adjacent to the voids is disturbed, it should be repaired and regraded so that the surface water will flow into the concrete ditches. Any ruts or damaged grass should be sodded to match the existing grass type at no additional cost to the government.



The CLSM mixture should consist of type II Portland Cement, fly ash, fine aggregate, fly ash, and water. Prior to placement, the flowable fill mix design shall be sent to the COR for approval. Fly ash content should be less than 15% of the total mixture. The flowable fill will most likely need to be pumped underneath the concrete groins. The strength of the flowable fill should range from 30 psi to 300 psi. The method for placing the CLSM, including maximum pumping pressure or flow rate, shall be submitted to the COR for approval. The contractor should monitor and record the estimated amount of CLSM that was used to fill the voids underneath the groins to confirm that all the voids underneath the groins have been filled.



In order to repair the concrete groins, overgrown brush, trees, logs, and debris on and within four feet of the concrete groins should be removed so that the contractor can identify all the voids around and in the concrete groins Herbaceous vegetation (alive or dead) on the ditch or in joints must be removed, Herbaceous vegetation should only be disturbed along the ditch edges to the extent needed to identify and make repairs so as not to increase erosion. A majority of the debris will be removed at the upstream right and the upstream left concrete groins. The contractor will be responsible for disposing the overgrown brush, trees, logs, and debris at an onsite location designated by the COR.



The magnitude of construction for this project will be less than $25,000.00.





All interested firms with 238110 – Poured Concrete Foundation and Structure Contractors , as an approved NAICs code have until 21 June 2023 at 1600 EST to submit the following information:






  1. GENERAL INFORMATION:


    1. Name & Address of your Firm

    2. Point of Contact (Name/Phone/E-mail)

    3. SAM Unique Entity ID. (The Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov)

    4. DUNS Number ---In addition to the SAM Unique Entity ID.

    5. Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.







NOTE: Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM, and VA Certification of VOSB and SDVOSB’s through the Vendor Information Pages at https://vip.vetbiz.va.gov.





2. Please submit your interest and capability to perform concrete repairs at Falls Lake Dam.





3. INFORMATION ON TEAMING ARRANGEMENT (IF APPLICABLE). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business, both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.





NOTE: The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.





4. EVIDENCE OF CAPABILITIES to perform comparable work. Provide project info on no more than 5 projects that demonstrate the firm's experience on projects that are substantially complete or completed within the last seven (7) years which are similar to the project in size, scope and complexity. For each project include:






  1. Project name and contract number

  2. Customer

  3. Summary description of the key elements/salient work features of the project

  4. your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role.

  5. Location where the work/project was completed

  6. Contract amount

  7. Brief description of how the experience relates to the general work description in this notice





Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous sources sought postings or had other communications with our office regarding preliminary market research for this project, please be advised that it is still necessary for you to respond to this posting. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner.





To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.





All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.





Email the requested information, with delivery and read receipt requested to:





Jenifer Garland at jenifer.m.garland@usace.army.mil



Courtesy Copy: Troy D. Small at troy.d.small@usace.army.mil





The email should be titled: BEJ – Concrete Groin Ditch Repair [Insert company’s name]





If you have questions, please contact Jenifer Garland via email at jenifer.m.garland@usace.army.mil


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
  • WILMINGTON , NC 28403-1343
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 06, 2023 08:25 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >