Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOURCES SOUGHT

Y -- YAZOO BACKWATER PUMPING PLANT

Notice Date
10/13/2021 10:38:55 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE22YBWPumps
 
Response Due
11/15/2021 10:00:00 AM
 
Archive Date
11/30/2021
 
Point of Contact
Robert Ellis Screws, Phone: 6016317527, Dustin G. Cannada, Phone: 6016317546
 
E-Mail Address
Ellis.Screws@usace.army.mil, dustin.g.cannada@usace.army.mil
(Ellis.Screws@usace.army.mil, dustin.g.cannada@usace.army.mil)
 
Description
This Sources Sought Notice / Request for Information is issued for the purpose of Market Research and is seeking information at this time for planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the U.S. Army Corps�of Engineers.� PROJECT DESCRIPTION:� The contractor shall provide the construction of the Yazoo Backwater Pumping Plant.� The contract will consist of construction of the pumping plant structure including all site features. The pumping plant will consist of (12) each 1,167 cubic-feet per second vertical pumps driven by natural gas engines. The pumping plant building will be a reinforced concrete intake structure, a reinforced concrete substructure, and a steel frame superstructure. The intake structure will include an access bridge across the intake bays. The substructure will house the installed pumps and engines. The pumping plant will include a steel frame control house and maintenance bay, each slab-founded with grade beams. The control house will be located adjacent to the pumping plant and will include a control room and office space. The maintenance bay will be continuous with the pumping plant and will provide room for storage and maintenance activities. A bridge crane will span the length of the pumping plant and maintenance bay to allow for maintenance of the pumps and engines. This contract will also include fabrication and installation of the pumping units. The pumping units will consist of vertical pumps, natural gas engines, and right-angle gear reducers.� Additional features of the pumping plant include inlet and outlet channels; reinforced concrete wing walls, reinforced concrete floodwalls; new levee to tie the structure in to the existing Yazoo Backwater levee; and a new pile-founded bridge across the intake channel along the levee centerline. The inlet channel will be approximately 1,200 feet long and will be lined with riprap along the 100 feet closest to the pumping plant. The outlet channel will be approximately 1,800 feet long and will be lined with riprap along the 200 feet closest to the pumping plant. The pumping plant will include steel discharge gates at the discharge ports on the river side to prevent back flow flooding from the Yazoo River. New levees will be constructed to tie-in the structure to the existing Yazoo Backwater levee. The line of protection will be from the existing Yazoo Backwater levee, along new levee, along the new floodwalls and pumping plant structure, along new levee, to terminate at the Yazoo Backwater levee. A levee bridge will be constructed along the centerline of the existing levee to maintain public access along the levee. The pumping plant will be access controlled by vehicle gates and chain link fencing. In addition to the pumping plant, a Petroleum, Oil, and Lubricants (POL) storage building will be constructed on site. This will be a concrete masonry unit building with a slab foundation.��Additional construction features of the project include an earthen cofferdam, construction and operation of a dewatering system, and development of on-site borrow and disposal areas.��Utilities will be run parallel to and approximately 80 feet southeast of the pump station access road.� Utilities include electrical power, natural gas, and potable water. CAPABILITY STATEMENT: To adequately plan for the procurement of this project, interested PRIME CONTRACTORS ONLY shall submit the following: 1. Company name, address, phone number, email, DUNS number, CAGE Code, point of contact (POC) name.� 2. Company business size based on NAICS code 237990 � Other Heavy and Civil Engineering Construction.� Provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). 3. A Statement of Interest in the project. 4. A narrative statement demonstrating your firm's capability and experience in managing or self-performing construction projects of a similar size and scope as described above.� Pursuant to DFARS 236.206 the magnitude of construction is estimated to be valued between $250,000,000 and $500,000.000.��Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of construction, project references (including owner with phone number and email address), size and scope of contract/project. 5. Provide information about your companies bonding capability - both single and aggregate.� � This is a Sources Sought Notice for the purpose of conducting Market Research to determine capability of POTENTIAL PRIME CONSTRUCTION CONTRACTORS, for a project WITH A MINIMUM SINGLE BONDING CAPACITY of Between $250,000,000 and $500,000,000 to provide the type of work described herein.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR INVITATION FOR BIDs (IFB) and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� No evaluation letters and/or results of this notice will be issued to the respondents.� The U.S. Army Corps of Engineers will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available on the System for Award Management (SAM) website (https://sam.gov). Interested parties are solely responsible for monitoring the SAM website for the release of a solicitation package and/or any updates/amendments. It is requested that interested contractors submit a response (email submission only) of no more than (10) pages addressing the above information. This response must be submitted as a single PDF document.� Please note that hard copies will not be accepted. Responses to this notice are due NO LATER THAN 12 NOON Central Standard Time, 15 November 2021, via email to the primary points of contact listed in this notice: Ellis.Screws@usace.army.mil and Dustin.G.Cannada@usace.army.mil. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a5bed9c74cc241f4993dc454bf7273df/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06157102-F 20211015/211013230114 (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.