Search Contract Opportunities

Dike and Revetment Services on the MO River

ID: W912DQ21SSXXX • Type: Sources Sought
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

This is a sources sought announcement issued in accordance with DFARS 236.272 and the United States Army Corps of Engineers Acquisition Instruction (UAI) 5136.272. This is a notice for sources sought only. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications or drawings available with this announcement. It DOES NOT constitute a procurement commitment by the U.S. Army Corps of Engineers (USACE), Kansas City District (NWK), implied or otherwise. No contract will be awarded from this sources sought notice. Response is strictly voluntary, and no reimbursement will be made for any cost associated with providing information in response to this sources sought or any follow-up information requests. The Government SHALL NOT be liable, or suffer any consequential damages, for any improperly identified information. This is a market survey and notification of intent only. This requirement may be solicited at a future date.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, including Large Business and the Small Business Community, to compete and perform Firm Fixed Price Contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation to be issued will depend upon the responses to this synopsis.

A Virtual Industry Day has been planned in association to this sources sought. If you are interested in this project, please attend the Virtual Industry Day:

When: 3 February 2021 @ 11am CST

Where: WebEx - https://usace1.webex.com/meet/smp

USACE is seeking businesses that are interested in and capable of performing dike and revetment services on the Missouri River, Miles 0 to 500; approximately St. Louis, MO to Rulo, NE in response to damage from the FY19 Flood event.

Project Description

This proposed project will be a firm fixed price stand-alone contract with an estimated magnitude of $10,000,000 to $50,000,000. The aggregate bonding capacity requirement is $50,000,000. The period of performance is estimated to start on May 1, 2021 and end on December 31, 2022.

The work includes construction services to repair selected stone dikes and revetments (structures) on the Missouri River between St. Louis, MO and Rulo, NE in support of the Bank Stabilization and Navigation Program (BSNP), the Missouri River Recovery Program (MRRP), and other miscellaneous Missouri River operations, maintenance, and repair projects.

There is an estimated 5,000 number of existing structures. Only a portion of these structures will be repaired. Work will primarily be the placement of up to 500,000 to 800,000 tons of rock on designated structures within the 500 river miles of the project area. Work consists of the transport and placement of new, well graded quarry-run rock ranging from fines less than 1 2 inch in diameter up to 3,000 pounds, for the work stated above. Rock specification will include up to 4 intermediate gradation sizes and a range of permissible percent finer for each gradation size. Blasting, loading, and placement must be carefully controlled so that the gradation specification is met on each barge load of rock.

Tonnage on each structure will range from 500 tons up to 30,000 tons with an average tonnage per structure of 2,500 tons. Placement rates per foot will range from 3 tons per linear foot up to 40 tons per linear foot with an average placement rate per linear foot of 6 tons per foot.

Payment is unit price by ton for rock placed and cubic yard for rock excavated from existing structures or sand excavated from the bed of the river.

Special equipment:

  • Barge(s) that are equipped to deliver rock from quarries to the placement site that draft no more than 5 feet loaded
  • Placement barge equipped with mooring piles, anchors, or spuds sufficient to obtain proper alignment and configuration while placing stone that drafts no more than 6 feet
  • Equipment (trackhoe or dragline) capable of accurately placing stone on structures and accurately placing stone below water to a depth of 20 feet below water surface.
  • Dock barge or similar loading equipment capable of proper rock loading without loss of rock over the sides
  • Tow boats with adequate horsepower to tow rock barges and placement barge

Additional information may be requested after initial response, either from individual respondents or all respondents. This sources sought is the only document that will be published notifying potential offerors of the Government's intent of establishing a competitive market base.

The North American Industry Classification System (NAICS) code for this requirement is 237990 Other Heavy and Civil Engineering Construction. The small business size standard for this requirement is $39.5M.

Program Note: This is a separate sources sought from the BSNP MATOC W912DQ21RXXXX

Requesting the following information from your company. Your response shall be limited to ten pages total:

  1. Company Information (Identify if using a joint venture or partnering). The following information is required.
    • Company Name
    • Mailing Address
    • Contact Phone Number and E-Mail
    • Cage Code *
    • Duns Number
  2. Capability: Provide your firms capability to perform this requirement. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement.
    • Can you work on the Missouri River outside of the navigation channel and in depths less than 15 foot to as shallow as 4 foot?
    • Can you place 500,000 to 800,000 tons of rock within the period of performance (POP)?
    • Do you have or can you acquire towboats and barges that are able to access low draft and/or high flow areas, or behind/around structures for loaded rock and equipment barges?
    • How much lead time is needed for quarries to produce the rock material and for you to receive the rock material?
    • Provide any input on any concerns or risks your firm has based on the information in this sources sought.
  3. Capacity: Provide your firm's capacity to perform this requirement:
    • Provide your firm's capability/availability in performing the required construction efforts, given the current market's condition and/or availability of equipment, rock, and human resources.
    • Identify any workload constraints regarding the work described in this sources sought.
    • Provide your firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars). Include any concerns associated with providing performance and payment bonds for the projected contract value identified.
  4. Ability to successfully comply with the following provisions:
    • FAR 52.219-8 Utilization of Small Business Concerns
    • FAR 52.204-26 Covered Telecommunications Equipment or Services Representation
  5. Offeror's type of business and business size. If a small business, Company's current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, Woman-Owned, and/or 8(a)) as it relates to NAICS Code 237990 or something similar.

*If you do not have a CAGE code, and you are interested in pursuing a contract with the Government, please register in the SAM website as soon as possible (register through https://www.sam.gov/SAM/ website). A CAGE code is required prior to the submission of your proposal/bid, but not required for this sources sought.

Offeror's are advised that information provided to the Government in regard to the products or devices proposed will be considered For Official Use Only (FOUO) and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely.

Overview

Response Deadline
Feb. 10, 2021, 4:00 p.m. EST Past Due
Posted
Jan. 26, 2021, 1:32 p.m. EST (updated: Feb. 5, 2021, 8:13 p.m. EST)
Set Aside
None
PSC
None
Place of Performance
MO United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
30%
On 1/26/21 USACE Kansas City District issued Sources Sought W912DQ21SSXXX for Dike and Revetment Services on the MO River due 2/10/21. The opportunity was issued full & open with NAICS 237990.
Primary Contact
Name
Laura L Hedrick   Profile
Phone
(816) 389-3023

Secondary Contact

Name
David M. Best   Profile
Phone
(816) 389-3404

Documents

Posted documents for Sources Sought W912DQ21SSXXX

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912DQ21SSXXX

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912DQ21SSXXX

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
Feb. 25, 2021
Last Updated By
laura.l.hedrick@usace.army.mil
Archive Date
Feb. 25, 2021