Design/Bid/Build Construction, FY17 Ohio River Shoreline, Reconstruction Phase 1, located in Paducah, Kentucky

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR-17-ORSPUMPSTATIONSKY

Basic Details

started - 30 May, 2017 (about 7 years ago)

Start Date

30 May, 2017 (about 7 years ago)
due - 08 Jun, 2017 (about 6 years ago)

Due Date

08 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W912QR-17-ORSPUMPSTATIONSKY

Identifier

W912QR-17-ORSPUMPSTATIONSKY
Department of the Army

Customer / Agency

Department of the Army
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.

Added:
May 25, 2017 5:14 pm
Modified:
May 30, 2017 11:04 am
Track Changes
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the construction, renovation, replacement, or rehabilitation of major components of two (2) storm water pump stations, in Paducah, McCracken County, KY. Work consists of: select demolition, demolition of existing pumps and replacement with new pumps, rehabilitation of existing pumps, select demolition and installation of gravity discharge piping, select demolition of existing and installation of new motor control centers (MCC), pump station roof replacement, installation of flap-gates, various demolition of
unnecessary appurtenances, and new lighting. The majority of all work listed will occur within the confines of existing pump stations that are 65 years old, limited space, and a majority of the scope will occur in a confined space.
Contract duration is estimated at 365 Days. The estimated cost range is between $1,000,000 and $5,000,000. NAICS code is 237990. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey via email dated
June 8, 2017 by 1:00 PM Eastern Daylight Time.
Responses should include:
1. Identification and verification of the company's small business status.
2. Contractor's DUNs Number(s) and CAGE Code(s).
3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.
4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.
a. Projects similar in scope to this project include:
Projects considered similar in scope to this project would be installation of a Motor Control Center (MCC) and installation of large capacity vertical column pump or a submersible flood pump.
b. Projects similar in size to this project include:
Projects similar in size would be a pump capacity of 10,000 gallons per minute at a minimum.
c. Based on the information above, for each project submitted, include:
1. Current percentage of construction complete and the date when it was or will be completed.
2. Scope of the project including units of measure and award amounts.
3. Size of the project.
4. The dollar value of the construction contract and whether it was design-bid build or design-build.
5. The percentage and scope of work that was self-performed as project and/or construction management services or physical construction type work.
6. Identify the number of subcontractors by construction trade utilized for each project.
5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished.
NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.
Email responses to Karla Wright at karla.b.wright@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.

Ohio River Shoreline Paducah, KY Paducah, Kentucky 42001 United StatesLocation

Place Of Performance : Ohio River Shoreline Paducah, KY Paducah, Kentucky 42001 United States

Country : United StatesState : Kentucky

You may also like

Beban Park Pickleball Design Build (Addenda: 1)

Due: 30 Apr, 2024 (Tomorrow)Agency: Government of Quebec

Construction of Mlungisi Sportfield Complex Phase 3

Due: 03 May, 2024 (in 4 days)Agency: Amahlathi Local Municipality

Design and Permitting of the Crystal River Government Center Project

Due: 28 May, 2024 (in 29 days)Agency: City of Crystal River

Please Sign In to see more like these.

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

Classification

237 -- Heavy and Civil Engineering Construction/237990 -- Other Heavy and Civil Engineering Construction