Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOURCES SOUGHT

Y -- Fountain City Service Base Phase II Design Build

Notice Date
2/22/2021 2:47:24 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1678 USA
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES21SS0001
 
Archive Date
03/30/2021
 
Point of Contact
Jesse Onkka, Phone: 6512905444
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil
(Jesse.L.Onkka@usace.army.mil)
 
Description
Synopsis:� The U.S. Army Corps of Engineers - St. Paul District is seeking capability statements from all firms interested in a proposed design-build contract for the design and construction of a straight line mooring solution for the Corps Fountain City Service Base on the Mississippi river. A two?phase procurement structure will be used, consisting of a Phase I Request for Qualifications (RFQ) and a subsequent Phase II Request for Proposals (RFP). The RFQ will be issued to identify, using the criteria and methodology described therein, a shortlist of qualified and capable design?build teams that will be invited to submit technical/price proposals for Phase II (RFP portion). The responses to the RFP will be evaluated by the Government to select the design?build contractor for the project whose proposal provides the best overall value to the Government. Work under the contract includes: Reviewing the Corps� documentation on the condition of the current river front as well as any unique site conditions which may impact the design requirements. Design. Designing a straight-line mooring system, to include two (2) additional crane cells for the Corps� 200-ton heavy lift crane, raising the grade on the southern portion of the site to bring it level with the current crane cell, improved shore lighting, providing the Corps the ability to dock their fleet directly against the vertical face, and provide shore power and water to the vessels. Fabrication and installation of the system. Work will include dredging and earthwork to allow for installation of the quayside, constructing the mooring solution (ex: forming and pouring concrete or driving pile), anchoring the vertical face into the current riverbed to support crane loads, and running power and water lines to the new quayside. ��At the conclusion of the two-phase solicitation process the Corps anticipates issuing a single contract for the project, with a base award of the entire design and construction of the quayside south of the current crane cell. The construction of work north of the current crane cell would be included as an option. It is anticipated that the completion deadline for the work (base and options) will be three (3) years from contract award. � All interested parties are invited to submit capability statements for acquisition planning purposes. The following information is required and must be provided within a 5-page limit: 1) Company name, address, and primary point of contact information; 2) For construction firms looking to act as the prime: A statement of capability including owned marine based equipment to be utilized on this project. Including recent and relevant past performance information for any experience working under all three of the following elements: a.) Construction of docks, piers, wharfs, or Quays for vessels exceeding 150 feet in length; b.) inland dredging; c.) Construction in Inland Marine Navigation Areas;� 3) For AE firms looking to act as the prime: A statement of capability including a short list (no more than five (5)) of previous design build contracts undertaken which were similar in scope and complexity (annotate if the AE firm was the prime, subcontractor, or if the project was done as a joint venture); All examples should demonstrate structural design experience for riverfront structures, crane cells for loading marine vessels, or docks, piers, wharfs, or Quays for vessels exceeding 150 feet in length. 4) For joint ventures (construction/AE): A statement of capability including a short list (no more than five (5)) of previous design build contracts undertaken which were similar in scope and complexity; addressing the experience requirements laid out in # 2 & 3 above; 5) Type of business (e.g. Large Business, Small Business, Women-Owned Small Business, etc.); 6) Current Government Certifications (e.g. 8(a) certified, 8(a) joint venture, etc.); 7) List Pertinent Codes: NAICS Codes (numbers only) and CAGE code; 8) Bonding capacity; Please submit capability statements by email to Jesse Onkka, Contract Specialist, jesse.L.Onkka@usace.army.mil no later than Wednesday, March 10, 2021. This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act.� Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1651543865c54068881b63d1b7d37e86/view)
 
Record
SN05923365-F 20210224/210222230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.