Algoma Breakwater Repairs – Algoma, WI Kewaunee County

Agency: DEPT OF DEFENSE
State: Wisconsin
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Feb 7, 2023
Due: Feb 27, 2023
Solicitation No: W912P6-23-S0004Algoma
Publication URL: To access bid details, please log in.
Follow
Algoma Breakwater Repairs – Algoma, WI Kewaunee County
Active
Contract Opportunity
Notice ID
W912P6-23-S0004Algoma
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST CHICAGO
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 12:32 pm EST
  • Original Response Date: Feb 27, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Algoma , WI
    USA
Description

Subject: Algoma Breakwater Repairs – Algoma, WI Kewaunee County



Solicitation Number: W912P6-23-S0004



Response Date (02-27-2023): (At least 15 business days from date of issuance)



Description:





A market survey is being conducted in order to make acquisition decisions about this future project and to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately.

The proposed project is a design-bid-build requirement which consists of: partial demolition of the existing breakwater caps, full steel sheet pile (SSP) encapsulation of the existing breakwaters, and construction of new reinforced concrete top slabs. The new reinforced concrete top slabs will be constructed to approximately match the existing top of cap elevations. The proposed top of slab elevation at the edge of each breakwater reach was set at elevation 585.03 (NAVD88). Elevation 585.03 corresponds to the low water datum (L.W.D.) elevation of 577.93 (NAVD88) plus 7.1 feet. The recommended repairs apply to all existing breakwater reaches.





The proposed project is planned as an Invitation for Bid (IFB).





Contract duration is estimated at 1,000 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 237990. All interested Small Businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 2/27/2023 at 1:00 PM Eastern Standard Time.





Responses should include:





1. Identification and verification of the company’s small business status.





2. Contractor’s Unique Identifier Number and CAGE Code(s).





3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.





4. Descriptions of Experience –Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.






  1. Projects similar in scope to this project include:



Projects considered similar in scope will include new construction and/or repair of a breakwater.






  1. Projects similar in size to this project include:



Projects of at least 500 linear feet will be considered similar in size.





c. Based on the information above, for each project submitted, include:






    1. Current percentage of construction complete and the date when it was or will be completed.

    2. Scope of the project.

    3. Size of the project.

    4. The dollar value of the construction contract and whether it was design-bid build or design-build.

    5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.

    6. Identify the number of subcontractors by construction trade utilized for each project.







5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement.





NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.





Email responses to Ranzel.L.Merideth@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.





NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.





All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.





ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.





Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.





Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.



To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.SAM.gov).








Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 231 S LASALLE STREET
  • CHICAGO , IL 60604-1437
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2023 12:32 pm ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

View Bid Back to Bids Solicitation Reference #: ETD0050-51 Title: Medicare Advantage and

State Government of Wisconsin

Bid Due: 7/11/2024

Security Guard Services OPEN 2024-RFP-024-PR 1 3/11/2024 4/24/2024

Dane County

Bid Due: 4/24/2024

The Division of Care and Treatment Services is managing this grant funding opportunity.

State of Wisconsin - Department of Health Services

Bid Due: 5/15/2024

Security Guard Services OPEN 2024-RFP-024-PR 2 3/11/2024 4/24/2024

Dane County

Bid Due: 4/24/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.