Missouri Bids > Bid Detail

Rivers Project Office Property Maintenance and Repair

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159548563599135
Posted Date: Jan 22, 2024
Due Date: Feb 21, 2024
Source: https://sam.gov/opp/b5fcb9c4bd...
Follow
Rivers Project Office Property Maintenance and Repair
Active
Contract Opportunity
Notice ID
W912P924R0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST LOUIS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 22, 2024 12:50 pm CST
  • Original Response Date: Feb 21, 2024 10:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Saint Louis , MO
    USA
Description

Sources Sought Notice



W912P924R0020



Rivers Project Office Property Maintenance and Repair



This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or make a contract award. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal, quote, or invitation for bid. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database registered businesses that are interested and capable of performing this work. USACE is not responsible for any costs incurred by interested parties in responding to this Sources Sought.



POINT OF CONTACT: Angie Grimes, Contract Specialist – angie.l.grimes@usace.army.mil



PROJECT INFORMATION



The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses that are interested in and capable of performing a 5-Year Construction Contract for maintenance and repair of land and facilities within the Rivers Project Office area of responsibility. The work covered by these contracts and their respective orders against these contracts consist of furnishing all labor, equipment, operators, supervision/site superintendent, supplies and materials necessary to satisfactorily perform the repair, installation, demolition, removal/disposal, flood control, rehabilitation and/or restoration of U.S. Government lands and facilities and/or U.S. Government Sponsored work on and to structures, roads, parking lots, access areas, levees, drainage ditches, drainage features, creeks, wetlands, watersheds, shorelines, boat ramps, locks and dams infrastructure, and other construction and/or rehabilitation as specified in accordance with the contract specifications.



NAICS CODE: 238910 -- Site Preparation Contractors



SIZE STANDARD: $19,000,000



CONTRACT ESTIMATED RANGE: Between $25,000,000 and $100,000,000



PROJECT DESCRIPTION



Contract Areas and Construction Limits for the primary contract areas consist of but are not limited to alluvial floodplains, federal owned grounds, lock and dams, facilities, recreational sites, and watersheds in the following Missouri Counties of Ralls, Pike, Lincoln, St. Charles, St. Louis, Franklin, Jefferson, Ste Genevieve, Perry, Cape Girardeau, Scott, and Illinois Counties of Madison, Jersey, Calhoun, Green, Pike, Scott, Cass, Morgan St. Clair, Monroe, Randolph, Jackson, Alexander, and Union. During emergency circumstances as directed by the Contracting Officer the contractor may be required to perform work within the Missouri Counties of Ralls, Pike, Lincoln, St. Charles, and Illinois Counties of Jersey, Calhoun, Green, Pike, Scott, and Cass. Specific contract areas and construction limits will be specified within each task order.



Typical work includes, but not limited to, paving and sealing of parking lots, roadways, and access areas; chip and seal of parking lots, roadways, and access areas; placement of rip rap and stone on embankments, drainage ditches, and shorelines; grading and earthwork of wetlands, floodplains, levees; bypass pumping and dewatering of drainage ditches, ponds, and wetlands; airlift pumping of relief wells; installation of drainage features to include sluice gates, flap gates, culvert pipes, and drainage pipes; hauling of materials and equipment; mechanical dredging of access channels; supply of floating plants and material barges to perform work on islands and shorelines; supply and installation of access gates, bollards, guardrail, and signage; maintenance of trails; supply and installation of rip rap, stone, sand, offsite borrow; concrete repairs to structures, ramps, walkways, curb and gutters, drainage ditches, and pavement, and demolition and disposal of existing structures.



The contractor shall be available for typical operations utilizing an 8-hour workday during daylight hours Monday through Friday. During emergencies the contractor shall be available for 24-hour operations Sunday through Saturday. The contract duration shall be 5 Years with individual task/delivery orders to be issued at the discretion of the contracting officer. The contractor shall have the capabilities of working at multiple locations within the contract limits simultaneously.



Required Trades: The contractor shall have the capabilities of supplying trades including, but not limited to laborers, operators, welders, iron workers, carpenters, electricians, cement masons, and surveyors for performance of work at multiple contract areas simultaneously.



Required Equipment: The contractor shall have the capabilities of supplying multiple pieces of equipment including, but not limited to, the types of equipment as described below for performance of work at multiple contract areas simultaneously:




  • Low Ground Pressure Track-Type Bulldozer (Min 180hp)

  • Low Ground Pressure Track-Type Bulldozer (Min 90hp)

  • Track Type Loader (Min 160hp)

  • Track Type Hydraulic Backhoe Excavator (Min 155hp)

  • Track Type Hydraulic Backhoe Excavator (Min 242hp)

  • Track Type Hydraulic Backhoe Excavator with Vibratory Pile Driver/Extractor (Min 242hp)

  • Track Type Hydraulic Backhoe Excavator (Min 60 Ft Reach)

  • Motor Grader (Min 145hp)

  • Loader/Backhoe, 4 Wheel Drive-Type w/Attachments (Min 95hp)

  • Wheel Tractor and Disc Plow with Harrow (Min 200 hp)

  • Rubber-Tired/Tracked Tractor w/Two-Scraper Pan (Min 400hp)

  • Self-Propelled Sheepsfoot Roller

  • Self-Propelled Steel Drum Vibrating Roller

  • Pull Type Sheepsfoot Roller

  • Compact Track Loader w/ rock rake, broom, auger, concrete breaker, roto mil plainer, vibratory roller

  • attachments (Min 73 hp)

  • Mini Excavator w/ Extended Hoe and Buckets (Min 58hp)

  • Mini Excavator w/ Concrete Breaker (Min 58hp)

  • Mini Excavator w/ Buckets (Min 100hp)

  • Rubber Tire Front End Loader (Min 120 hp)

  • Rubber Tire Front End Loader (Min 275 hp)

  • Highway Truck with Dump (Min 200hp) (15 CY Capacity)

  • Highway Truck w/ Tub Bed (Min 200hp) (15 CY Capacity)

  • Highway Tractor Trailer Truck w/ Tub Bed (Min 250hp) (20 CY Capacity)

  • Off Highway Truck w/ Dump and Tailgate (Min 250 hp) (40 CY Capacity)

  • Off Highway Truck w/ Dump (Min 250 hp) (40 CY Capacity)

  • Rubber Track 360 Degree Off Road Truck w/ Dump (8 CY Capacity)

  • Water and Trash Pump (MIN 13,500 GPM)

  • Water and Trash Pump (MIN 4,600 GPM)

  • Water and Trash Pump (MIN 2,750 GPM)

  • Water and Trash Pump (MIN 1,450 GPM)

  • Water and Trash Pump (MIN 200 GPM)

  • Farm Implement Tractor w/ Box Blade (Min 25hp)

  • Concrete Saw (Min 65hp)

  • Dowel Machine w/bits (3/4 Inch to 1 ¼ Inch Bits)

  • Hand Operated Chainsaws

  • Power Washer (Min 200 psi)

  • Hand Operated Jack Hammer

  • Hand Operated Vibratory Plate Tamper

  • Hand Operated Cutoff Saw

  • Hand Operated Hammer Drill w/bits

  • 30-40 CY Dumpsters

  • Air Compressor (Min 400 CFM)

  • Light Kit (Min of 4 Bulbs @ 1000 Watts each)



CAPABILITY STATEMENT SUBMITTAL



All interested, responsive and responsible System of Award Management (SAM) Database registered businesses are encouraged to participate in this Sources Sought by emailing the required information below to the point of contact. If your company is not SAM-registered, please do so at www.sam.gov.



Responses are to be sent via email to Angie Grimes no later than 10:00 a.m. CST, 21 February 2024.



Interested businesses shall provide the following information in their response to this Sources Sought announcement:






  1. Business information in the following format:






  1. Business Name:

  2. Point of Contact: (Name/Phone/Email)

  3. Address:

  4. Business Size and Category (Large/Small/8(A)):

  5. CAGE and/or DUNS Code:

  6. Indication of the intent to be a prime contractor or subcontractor

  7. Documentation supporting company’s capability to bond projects up to $5,000,000 for a single project as a Prime Contractor.






  1. Examples of work that your company has performed as the Prime Contractor in the areas listed below. Include the total contract dollar value and amount bonded by submitting firm as the Prime Contractor. Detail what work was self-performed and what percentage of work was subcontracted. No more than three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Describe past work experience showing all or more than one of the areas listed that were performed under one contract. Projects must have been bonded by submitting firm as the Prime Contractor to be considered.





Areas of work involving characteristics that are similar to the types of work described herein:






  • Grading and earth work of wetlands, floodplains, levees and/or similar areas.

  • Supply and installation of construction materials such as rip rap, stone, sand and offsite borrow in areas similar to those described herein.

  • Supply of all required labor, supervision, equipment, materials, supplies and incidentals to perform emergency operations within 24-72 hours.

  • Placement or repairs of concrete pavement, asphalt pavement and/or chip and seal pavement of parking lots, roadways and/or sidewalks.

  • Installation of drainage features and/or similar structures.

  • Demolition and disposal of existing structures.






  1. Answers to the following Additional Market Research Questions






  1. Would you be more, less, or equally likely to bid if the contract territory was smaller? For example, are some of these counties listed above a concern that would prevent you from bidding on this contract? Why?






  1. Would you be more, less, or equally likely to bid on this project if it was solicited and awarded as a Multiple Award Task Order Contract (MATOC) to more than one contract with no set pricing, and all task orders would be competed amongst the MATOC holders; or as a Single Award Task Order Contract (SATOC) to one contractor with set pricing for five years? Why?






  1. Would you be more, less, or equally likely to bid on this project if it included only land maintenance and repair; or if it included land and some facilities maintenance and repair? Why?






  1. Would you be more, less, or equally likely to bid on this project if it was solicited and awarded as a Blanket Purchase Agreement (BPA) or an Infinite Delivery, Infinite Quantity (IDIQ)? Why?





Both BPA and IDIQ would include the general terms and conditions and scope of the requirement, which would flow down to the associated orders.





BPAs are agreements, not contracts. There is no guarantee of usage or dollar amount to be spent against them. There would be no pricing set, and there would be multiple vendors as BPA Holders. Each BPA Call Order would be solicited to all BPA Holders, but the BPA Holders are not required to respond to the solicitations.





IDIQs are contracts. They have a guaranteed minimum amount of money that would be spent against them. There could be one contractor (SATOC) or multiple contractors (MATOC). Pricing could be set for the five-year period, or no pricing set for the five-year period. Each Task Order would be solicited to all IDIQ holders, and all IDIQ holders would be required to respond to the solicitations.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1222 SPRUCE STREET
  • SAINT LOUIS , MO 63103-2833
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 22, 2024 12:50 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >