Sources Sought – Market Capability Survey
Title of Work: Huxtable Pumping Plant Mooring Dolphin Replacement
The US Army Corps of Engineers, Memphis District, is seeking capability statements from all Small Business sources with the capabilities and experience to perform the following work:
Project Description: This is a construction contract for furnishing and installing mooring dolphins at the Huxtable
Pumping Plant located in Marianna, AR. The Government shall appoint a Contracting Officer’s Representative (COR) to verify materials and construction are in accordance with (IAW) the Scope of Work (SOW). The Huxtable Pumping Plant has several mooring dolphins that can be utilized during the delivery of fuel to the pumping plant. These dolphins are located near the existing fuel platform. A few of these dolphins are no longer in place, and require replacement. The contractor shall be totally responsible to the Government for any subcontractor on this contract. Contractor shall provide all labor, materials, equipment, supervision and
construction to successfully furnish and install new mooring dolphins as described below. All work to conform to local, state and federal codes. Please see attachment for additional details.
North American Industry Classification System: 327390
Small Business Size Standard: $500K
Acquisition Strategy: The acquisition strategy to be determined after analysis of responses. Pricing is Firm Fixed Price.
Work Location: Huxtable Pumping Station located in Marianna, AR
Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items:
(1) Provide the Firms name, address, DUNS #, firm business size and socio-economic status.
(2) Provide examples (minimum of three) of projects similar in nature to the work in the above project description your firm has performed in the past 3 years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope, and complexity.
(3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or subcontractor. If the prime, indicated what percentage of the work you performed. If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role. Also provide copies of performance rating for projects submitted and resume of key personnel.
(4) Provide a list of the firm’s current on-going projects, the bonding amount and the expected completion dates. Also include the name, point of contact, and phone number of the prime contractor’s bonding company.
Small Business Description: Provide capability of performing the work, either by 100% self-performance or through teaming. Specifically, if you would not be self-performing 100% of the work, please provide:
- An estimate of your self-performance and a proposed team approach (for example: are you part of an approved mentor protégé team through the SBA 8(a) or All Small Mentor Protégé Program?
- Will you be teaming with other small businesses to meet the self-performance requirements?
- Will your subcontractors be primarily small businesses?
- What type of work would likely be subcontracted?
- Have you performed this type of work previously with similar teaming arrangements? If so, what were issues with contract performance?
NOTE: Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this source sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled “Limitations on Subcontracting (NOV 2011)”. In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort.
Magnitude of Work:Between $100,000 and $500,000
Contract Duration: TBD (solicitation)
Estimated Start Date: (Exact date TBD)
Site Visit Time & Date: TBD (solicitation)
Response Time & Date: 1:30 PM CST, 03 January 2022
Please note the following link: Federal Contractor Vaccination Mandate: Important Dates for Covered Contractors - https://www.natlawreview.com/article/federal-contractor-vaccination-mandate-important-dates-covered-contractors
All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to kimberly.s.danielray@usace.army.mil Interested firms shall provide one copy of the above documentation. Responses shall be limited to ten (10) pages. The Government will not pay for any material provided in response to this market survey; nor return the data provided.