Skip to main content

An official website of the United States government

You have 2 new alerts

Steel Forms for Articulated Concrete Mattress

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: Jan 10, 2022 02:24 pm CST
  • Original Published Date: Dec 07, 2021 09:48 am CST
  • Updated Response Date: Jan 30, 2022 01:30 pm CST
  • Original Response Date: Jan 30, 2022 01:30 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 20, 2023
  • Original Inactive Date: Jan 20, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:

Description

Sources Sought – Market Capability Survey

Title of Work: Steel Forms for Articulated Concrete Mattress

The US Army Corps of Engineers, Memphis District, is seeking capability statements from all Small Business sources with the capabilities and experience to perform the following work:

Project Description:  The Government is looking for capable Contractors that can produce and deliver 500 to 1,000 steel forms provided with a detailed design and adequate lead time.  These forms would be constructed from carbon steel with a mill finish.  The government will provide design and specification documents with all dimensional tolerances.

These new forms will conform to the existing design in every way except for a new mechanism that will be used to tension the wire mesh before concrete pouring.  Existing plan and section views are shown below in Figure 2.  The forms are approximately 25 feet long by 4 feet wide and contain scarf  and end loop boxes as well as ribbed sections offset approximately 18 inches throughout the form.  Part of this sources sought is to solicit new ideas with which to tension the wire fabric in the new steel forms to prevent sagging during the casting process.

North American Industry Classification System: 332312

Small Business Size Standard: 500 Employees

Acquisition Strategy:  The acquisition strategy to be determined after analysis of responses. Pricing is Firm Fixed Price.

Work Location: Richardson Landing Casting Field Randolph, TN – 300 forms; Delta Point Casting Field Delta, LA – 300 forms; St. Francisville Casting Field St. Francisville, LA – 400 forms

Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items:

  1. Provide the Firms name, address, DUNS #, firm business size and socio-economic status.
  2. Firm’s capability to produce and deliver 1,000 steel forms.  To include the equipment used and the step by step procedure including time to fabricate steel forms.
  3. Rough time of delivery after contact is executed.
  4. Firms solution for tensioning wire in new forms.
  5. Firm’s Business Size, SB, LB
  6. Firms overall approach to additional device to tension wire mesh in new forms.
  7. Description of raw material sources (identification of steel suppliers), amount of lead time needed for materials.
  8. The firm’s transportation plan (delivery by truck, barge, etc.).
  9. Any assumptions or constraints in the overall execution plan.

(10)A Rough Order of Magnitude (ROM) estimate for the completed order, including delivery.

Small Business Description: Provide capability of performing the work, either by 100% self-performance or through teaming.  Specifically, if you would not be self-performing 100% of the work, please provide:

  1. An estimate of your self-performance and a proposed team approach (for example:  are you part of an approved mentor protégé team through the SBA 8(a) or All Small Mentor Protégé Program?
  2. Will you be teaming with other small businesses to meet the self-performance requirements?
  3. Will your subcontractors be primarily small businesses?
  4. What type of work would likely be subcontracted?
  5. Have you performed this type of work previously with similar teaming arrangements?  If so, what were issues with contract performance?

NOTE:  Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this source sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled “Limitations on Subcontracting (NOV 2011)”. In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort.

Magnitude of Work:  Between $1M and $5M

Contract Duration: TBD (solicitation)

Site Visit Time & Date: TBD (solicitation)

Response Time & Date:  1:30 PM CST, 30 January 2022

Please note the following link: Federal Contractor Vaccination Mandate: Important Dates for Covered Contractors - https://www.natlawreview.com/article/federal-contractor-vaccination-mandate-important-dates-covered-contractors

All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to Valerie.marshall@usace.army.mil and monica.a.moody@usace.army.mil Interested firms shall provide one copy of the above documentation.  Responses shall be limited to ten (10) pages.  The Government will not pay for any material provided in response to this market survey; nor return the data provided.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 167 NORTH MAIN ROOM B202
  • MEMPHIS , TN 38103-1894
  • USA

Primary Point of Contact

Secondary Point of Contact

History