Agency: | DEPT OF DEFENSE |
---|---|
State: | Arkansas |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 22, 2024 |
Due: | Apr 12, 2024 |
Solicitation No: | W9127S24R0002 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
This is a SOURCES SOUGHT Amendment announcement ; a market survey for information only in reference to Project Labor Agreements, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. No reimbursement will be made for any costs associated with providing this information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation.
PROJECT DESCRIPTION:
The work includes construction of a soil-cement containment structure,
approximately 2.3 miles in length, associated excavating, riprap
installation, installation of the Owens Weir bridge opening,
replacement of culverts at La Grues Lake, the removal of the existing Goose Creek Bayou bridge bypass, and all incidental related work.
Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary for the construction of hydraulic structures from materials that can include, but are not limited to, soil cement, concrete, and large riprap.
Project features include construction of the following:
The project area is located within levees near the confluences of the White, Arkansas, and Mississippi Rivers, therefore, this area is subject to large fluctuations in river elevations. Montgomery Point Lock and Dam headwater gage is approximately 4 river miles downstream of the project location and has recorded White River elevations from 115 ft to 168 ft, with elevation 129 ft being equaled or exceeded 50% of the time. Contractors shall be capable of mitigating schedule risk due to water elevations. Unique construction considerations due to the river fluctuations can include, but are not limited to, the following:
Additional Considerations
Scan of Recent Construction Project in Target Labor Market for Project Labor Agreement requirement.
Please answer the following USACE questions:
1) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.
2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible.
3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible.
4) Identify specific reasons why or how you believe a PLA would advance the Federal GovernmentsGovernment’s interest in achieving economy and efficiency in federalFederal procurement.
5) Identify specific reasons why you do not believe a PLA would advance the Federal GovernmentsGovernment’s interest in achieving economy and efficiency in federalFederal procurement.
6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project.
7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.
The information gathered in this exercise should include the following information on projects completed in the last 2-5 years.
1) Project Name and Location
2) Detailed Project Description
3) Initial Cost Estimate vs. Actual Final Cost
4) Was the project completed on time?
5) Number of craft trades present on the project
6) Was a PLA used?
7) Were there any challenges experienced during the project?
Please provide this information in no more than 10 pages NLT Friday, 12th day of April 2024, 4:30 p.m. (CST).
ESTIMATED VALUE RANGE: In accordance with FAR36/DFARS 236, the estimated value for this requirement is between $65M and $75M
ESTIMATED SCHEDULE DATES:
Firm’s responses to this synopsis shall be limited to 6 pages and shall include the following information:
Description above (include firm’s capability to execute construction comparable work performed within the past 5 years). Provide at least 3 examples.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include, to include the Other than Small & the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small Business, Section 8(a), HUBZone, SDVOSB and WOSB are highly encouraged to participate.
Estimated Duration of the project is 1096 days.
The North American Industry Classification code for this procurement is 237990 (Other Heavy and Civil Engineering Construction) which has a small business size standard of $45,000,000.00.
Product Service Code is Y1PZ (Construction of Other Non-Building Facilities).
Small Businesses and 8(a) participants are reminded under FAR 52.219-14, Limitation on Subcontracting (Deviation 2019-o0003) that they will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials to subcontracts will count toward the 85 percent subcontract amount “that cannot be exceeded” for general construction-type procurement.
Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis.
Interested Firms shall respond to the Sources Sought no later than (Friday), 12th day of April, 2024, 4:30 p.m. (CST). All interested firms must be registered in System for Award Management (SAM) or www.sam.gov to be eligible for award of Government contracts. Email your response to Attn: Deborah Oswalt at Deborah.Oswalt@usace.army.mil.
With GovernmentContracts, you can:
...ADVERTISEMENT FOR BIDS Separate sealed bids for the CONSTRUCTION OF CLOVERDALE DITCH IMPROVEMENTS..., ...
Arkansas Democrat-Gazette
Bid Due: 5/02/2024
...and Construction Management Solution) Issue Date & Time 4/4/2024 12:00:02 AM (CT) Close ...
Pulaski County
Bid Due: 5/08/2024
...NOTICE TO BIDDERS The City of Magnolia will receive sealed bids for the ...
Arkansas Democrat-Gazette
Bid Due: 5/08/2024
...Project and Construction Management Solution) Issue Date & Time 4/4/2024 12:00:02 AM (CT) ...
Pulaski County
Bid Due: 5/08/2024