Demolition of Railroad Trestle

expired opportunity(Expired)
From: Federal Government(Federal)
W912EQ21S0009

Basic Details

started - 22 Mar, 2021 (about 3 years ago)

Start Date

22 Mar, 2021 (about 3 years ago)
due - 08 Apr, 2021 (about 3 years ago)

Due Date

08 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912EQ21S0009

Identifier

W912EQ21S0009
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710271)DEPT OF THE ARMY (133293)USACE (38194)MVD (4908)W07V ENDIST MEMPHIS (556)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DEMOLITION OF RAILROAD TRESTLE AT ENSLEY ENGINEER YARDINTRODUCTIONThe U.S. Army Corps of Engineers, Memphis District, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for dismantle, removal and recycle/dispose of the railroad trestle located at the northeast corner of USACE Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109-3018. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.DISCLAIMER“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT
CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”REQUIRED CAPABILITIESDescription of Services.  The Contractor shall provide all necessary personnel, equipment, supplies, materials, transportation, and other non-personnel services necessary to dismantle, remove and recycle/dispose of the railroad trestle located at the northeast corner of Ensley Engineer Yard.  The railroad trestle is an abandoned steel and timber structure supported by steel encased concrete piles with concrete caps and topped with timbers and railway tracks.  The structure extends from the northeast corner of Ensley Engineer Yard (EEY) approximately 350 feet to the north towards and into McKellar Lake.  At its furthest point into the lake, the structure rises approximately 35 feet above the concrete cap support.  The Contractor shall remove all structure in a systematic manner from the top of the structure to the top of the concrete caps.  The Contractor is not responsible for the removal of the concrete caps or pilings.  All materials removed, including scrap metal, shall become the Contractor’s property. Safe handling and proper disposal of all materials is the responsibility of the Contractor. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance-based service acquisition contract.SPECIAL REQUIREMENTS:Service Contract ActELIGIBILITYThe applicable NAICS code for this requirement is 238910 with a Small Business Size Standard of $15.0 Million. The Product Service Code is P500. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT)USACE Memphis District intends to hold a site visit at the Ensley Engineer Yard. The site visit will start at 10:00am CST on 1 April 2021. This scheduled site visit will enable potential Offerors to further understand the history behind the requirement as well as tour certain areas of specific interest to the USACE, Memphis District for the intended requirement. Attendance at the site visit is not a requirement and in no way will it have any effect on any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation.To register for this site visit, send an email to Kirk Middleton, at (Kirk.A.Middleton@usace.army.mil) by noon (CST) on 26 March 2021. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address. The subject line of the email should read “(Name of requirement) Site Visit”. Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than two (2) representatives from each potential Offeror will be permitted to attend the site visit. All attendees must provide proof of U.S. Citizenship. This site visit WILL NOT be rescheduled if cancelled due to weather or any other Acts of God.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 3 pm, CST, 8 April 2021. All responses under this Sources Sought Notice must be e-mailed toThis documentation must address at a minimum the following items:1.) What type of work has your company performed in the past in support of the same or similar requirement?2.) Can or has your company managed a task of this nature? If so, please provide details.3.) Can or has your company managed a team of subcontractors before? If so, provide details.4.) What specific technical skills and equipment does your company possess which ensure capability to perform the tasks?5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described within,6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.Specifics will be provided in the solicitation.The contract type is anticipated to be firm-fixed price.The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kirk Middleton, in either Microsoft Word or Portable Document Format (PDF), via email Kirk.A.Middleton@usace.army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.All questions must be submitted to the contracting officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Memphis ,
 TN  38103  USALocation

Place Of Performance : N/A

Country : United StatesState : TennesseeCity : Memphis

Classification

naicsCode 238910Site Preparation Contractors
pscCode P400Demolition of Buildings