Search Contract Opportunities

Eagle Island Cell 3 Improvements   4

ID: W912PM22B0015 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE

FOR

EAGLE ISLAND CELL 3 IMPROVEMENTS

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.

The project includes work at Cell 3 of the Government owned Eagle Island Confined Disposal Facility (CDF) also referred to as the Dredged Material Disposal Area. The work to improve Cell 3 consists of: constructing toe berms along the outside toe of the existing dike; modifications to Spillway 7 and 8 to include reconstruction of the spillway riser structures, installation of settlement gauges, and extension of spillway pipes; construction of interior step-in along the inside toe of the existing dike which includes regrading and excavating a portion of the existing dike; and placement of high-strength geotextile fabric during the construction of the interior step-in. Prior to modifying the Spillways 7 and 8, preload berms will be constructed and monitored with settlement gauges. The interior of Cell 3, location of dredged material, will be available as a source of borrow material to construct the toe berms and step-in. Ditching along with control and diversion of water including pumping and dewatering will be required.

The magnitude of construction for this project will be between $10,00,000.00 and $25,000,000.00.

All interested firms with 237990 as an approved NAICs code have until 14 January 2022 at 2:00 p.m. EST to submit the following information:

Name & Address of your Firm

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

Current SAM or DUNS Number and CAGE Code

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

Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity.

Evidence of capabilities to perform comparable work (i.e., complex construction projects) in the area of General Construction Earthwork. The contractor must provide evidence of comparable work on three (3) recent projects greater than $5,000,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.

Firm's capability to perform, to include geographic span and project size.

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/prot g 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/prot g arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.

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.

The requested information shall be submitted electronically to:

U.S. Army Corps of Engineers

Attn: Ros Shoemaker and Alicia Evans

E-mail: Rosalind.m.shoemaker@usace.army.mil and Alicia.g.Evans@usace.army.mil

The email should be titled: W912PM22B0015 Eagle Island Cell 3 Improvements, Sources Sought

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 e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. 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

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.

Overview

Response Deadline
Jan. 14, 2022, 2:00 p.m. EST Past Due
Posted
Jan. 6, 2022, 12:33 p.m. EST
Set Aside
None
Place of Performance
NC United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
61%
Signs of Shaping
The solicitation is open for 8 days, below average for the USACE Wilmington District.
On 1/6/22 USACE Wilmington District issued Sources Sought W912PM22B0015 for Eagle Island Cell 3 Improvements due 1/14/22. The opportunity was issued full & open with NAICS 237990 and PSC Z1KF.
Primary Contact
Name
Alicia Evans   Profile
Phone
(910) 251-4785

Secondary Contact

Name
Rosalind M. Shoemaker   Profile
Phone
(910) 251-4436

Documents

Posted documents for Sources Sought W912PM22B0015

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W912PM22B0015

Award Notifications

Agency published notification of awards for Sources Sought W912PM22B0015

Contract Awards

Prime contracts awarded through Sources Sought W912PM22B0015

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912PM22B0015

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912PM22B0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT WILMINGTO
FPDS Organization Code
2100-W912PM
Source Organization Code
500039400
Last Updated
Dec. 31, 2022
Last Updated By
rosalind.m.shoemaker@usace.army.mil
Archive Date
Dec. 31, 2022