CRCI Pipe Procurement and Installation
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Feb 01, 2023 01:22 pm PST
- Original Published Date: Feb 01, 2023 07:29 am PST
- Updated Response Date: Feb 15, 2023 02:00 pm PST
- Original Response Date: Feb 15, 2023 02:00 pm PST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1KZ - MAINTENANCE OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: Cathlamet , WA 98612USA
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.
2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) is going to solicit IFB contract for the Columbia River channel improvement. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision.
This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and/or Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond.
3. Minimum Technically Acceptable Contractor Expertise Criteria:
The Contractor must demonstrate through references, project lists, or reports, they possess experience as it relates to this project. A maximum of two projects will be accepted for review.
Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors.
North American Industrial Classification Code (NAICS): NAICS Code 237990, “Other Heavy and Civil Engineering Construction”. The related size standard is $45M. Federal Service Code: Z1KZ Maintenance of Other conservation and development facilities
Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.
Project Description:
The U.S. Army Corps of Engineers, Portland District, has a requirement for the installation of three 30" inside diameter (ID) steel pipes through the Puget Island levee for permanent use in upland dredge disposal activities. The work includes a temporary pedestrian path, road cut with asphalt road surface replacement, trench excavation, 30-inch steel pipe installation with reinforced concrete foundation blocks, backfill with controlled density fill/filter material, install wooden fence, and incidental related work.
Contract duration is estimated at 180 calendar days. The estimated Magnitude of Construction for this project is between $1,000,000.00 and $5,000,000.00
4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email)
SUBJECT: W9127N23B0006 Columbia River Channel Improvements. Please send to Andrew Sprys, Contract Specialist, at Andrew.J.Sprys@usace.army.mil by 2:00 pm Pacific Standard Time Wednesday, 15 February 2023. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED.
A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information:
a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and EIN number, and the Construction Bonding Level per contract.
b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and/or Service-Disabled Veteran-Owned Small business (SDVOSB).
c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description.
d. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value.
The Government may verify information in CPARS or PPIRS.
5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published at https://sam.gov/content/home However, responses to this notice are not adequate responses to a solicitation.
All interested firms must be registered in the System for Award Management (SAM) at https://sam.gov/content/home and remain current for the duration of the contract to be eligible for award of a government contract.
Contracting Office Address:
Attn: CECT-NWP
PO Box 2946
Portland, Oregon 97208-2946
United States
Place of Performance:
184 East Sunny Sands RD.
Cathlamet WA, 98612
Wahkiakum County, WA, United States
Primary Point of Contact.:
Andrew Sprys
Andrew.J.Sprys@usace.army.mil
Phone: 503-808-4616
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 333 SW FIRST AVE
- PORTLAND , OR 97204-3495
- USA
Primary Point of Contact
- Andrew Sprys
- andrew.j.sprys@usace.army.mil
- Phone Number 5038084616
Secondary Point of Contact
History
- Mar 02, 2023 08:58 pm PSTSources Sought (Updated)
- Feb 01, 2023 01:22 pm PSTSources Sought (Updated)
- Feb 01, 2023 07:29 am PSTSources Sought (Original)