Bayou Meto Canal 1000 Phase 3.2
Looking for contract opportunity help?
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).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Dec 11, 2024 07:48 am CST
- Original Published Date: Dec 10, 2024 12:07 pm CST
- Updated Response Date: Dec 30, 2024 10:00 am CST
- Original Response Date: Dec 30, 2024 10:00 am CST
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jan 14, 2025
- Original Inactive Date: Jan 14, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Scott , AR 72142USA
Description
This is a SOURCES Sought announcement; a market research survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis. Respondents will not be notified of the results.
The United States Army Corps of Engineers Memphis District has requirement for the Bayou Meto Canal, Arkansas-Canal 1000, Phase 3.2. The Bayou Meto Canal 1000 Phase 3.2 is a construction requirement to further the US Army Corps of Engineers project implementation to bring agricultural water supply to the Bayou Meto Basin, Arkansas. It is located in Lonoke County, Scott, Arkansas and consists of 15,165 Linear Feet of irrigation canal, requiring 560,000 Cubic Yards of fill and 412,000 Cubic Yards of excavation; installation of 8 farm offtakes, 5 siphon structures, 2 pump turnouts, and 1 gate well turnout; placement of stone revetment; borrow pit operations; and associated grading and drainage. The canal is a clay-lined earthen structure with a 40-foot bottom width and 3:1 (Horizontal: Vertical) side slopes.
This project will be a competitive, firm-fixed price contract. The government intends to issue a solicitation: however, the results and analysis of this market research will finalize the determination of the procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this source sought synopsis.
The purpose of this synopsis announcement is to gain knowledge of interest, capabilities and qualifications from various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman-Owned Small Business (WOSB) Only. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, and WOSB Only businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of constructing the above referenced work:
In accordance with FARs Part 36, the estimated construction price range for this project is between $25,000,000.00 and $100,000,000.00.
The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $45 Million.
The Federal Supply Code (FSC) is YlKB
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must 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. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.
Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.
The type of solicitation to be issued will be a Request for Proposal. No reimbursement will be mademfor any costs associated with providing information in response to this synopsis or any follow up,information requests. The official Synopsis citing the solicitation number will be issued on www.SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:
1. Firm's name, address, point of contact, phone number, and e-mail address.
2. Firm's interest in bidding on Statement of Work solicitation when it is issued.
3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the last 5 years.
4. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project. Provide at least three examples:
5. Firm's size: large business, small business category and business size, (Small business, HUB Zone, SDVOSB, 8(a), or WOSB
6. Firm's Joint Venture information is applicable-existing, including Mentor Protege and teaming arrangement information is acceptable.
7. Firms' Bonding Capability (construction bonding level per contract and aggregate bonding level per contract and aggregate bonding level, both expressed in dollar, via letter from the bonding company).
Interested Firm's shall respond to this Sources Sought no later than 10:00 A.M Central Time on December 30, 2024, via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts.
Email your response to: Mrs. Sequoria L. Chatmon, Contract Specialist, Contracting Division, USACE - Memphis District, Memphis, TN 38103 Email: Sequoria.L.Chatmon@usace.army.mil
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 167 NORTH MAIN ROOM B202
- MEMPHIS , TN 38103-1894
- USA
Primary Point of Contact
- Sequoria Chatmon
- Sequoria.L.Chatmon@usace.army.mil
- Phone Number 9015440973
Secondary Point of Contact
- Judy Stallion
- judy.e.stallion@usace.army.mil
- Phone Number 9015440776
History
- Jan 14, 2025 10:55 pm CSTSources Sought (Updated)
- Dec 10, 2024 12:07 pm CSTSources Sought (Original)