Iowa Bids > Bid Detail

Steamboat Island Stage II HREP

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159633234188250
Posted Date: Mar 23, 2023
Due Date: Apr 7, 2023
Solicitation No: W912EK-STEAMBOAT-ISLAND-STAGE-II-HREP
Source: https://sam.gov/opp/409a20f356...
Follow
Steamboat Island Stage II HREP
Active
Contract Opportunity
Notice ID
W912EK-STEAMBOAT-ISLAND-STAGE-II-HREP
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ROCK ISLAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 23, 2023 02:22 pm CDT
  • Original Response Date: Apr 07, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Princeton , IA 52768
    USA
Description

Sources Sought/Request for Information Steamboat Island Stage II HREP





Purpose and Objectives: The purpose of this notice is to obtain information regarding: (1) the availability and capability of all qualified sources; (2) whether they are small or large businesses; HUBZone small businesses; service-disabled, veteran- owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their understanding, capabilities and experience relative to the proposed acquisition to assist the Government in determining the expectation of receiving bids from responsible contractors at fair market prices. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set- aside is possible. An organization that is not under the applicable NAICS code can submit a response to this notice, however their capabilities may/may not be assessed for the purposes of this notice.



A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government.



The Corps of Engineers (COE), Rock Island District does not intend to award a contract on the basis of responses received. 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.



Interested parties are expected to review this Notice and the Project Requirements to familiarize themselves with the requirements of this project.





Background: The project is located within the Mississippi River, with no land access, in the middle section of Pool 14 along the right descending bank of the Mississippi River, between the Wapsipinicon River and the town of Princeton, Iowa, between river miles 502.5 and 508.0. Areas considered as part of this Project and described as the Project area include Steamboat Island and Steamboat Slough.





Project Requirements: The purpose of the project is to restore and protect off-channel aquatic, wetland, and floodplain forest habitats.



All work will be within the river, subject to water fluctuations. There is no land access to this project. All work will require river access.



Approximately 46 acres of the island will require access dredging; clearing; hauling, grading, and shaping; stone placement; and surveying.



Mechanical excavation or dredging of backwater lakes and channels will be required. Channel depths are up to 8 feet below flat pool and will have a channel bottom between 30 and 60 feet wide. Quantities excavated will be approximately 160,000 CY of material over a total channel length approaching 7,000 feet.



Excavated material will be transported from the channel cuts to placement sites. This material will be handled multiple times. Side casting will only be possible for a minor portion of the material removed from the dredge cuts. Placement sites are located at a minimum of 30 feet from the channel cut, and in many locations further than 30 feet from the channel cut. The placement sites themselves vary in width ranging from approximately 100 feet wide to 600 feet wide. Additional placement will be located at the head of the island. Material will be required to remain within the placement site limits, with no material allowed to reenter the channel cut or within a 30 foot exclusion zone surrounding the channel cut. Trees outside of the placement site limits will not be damaged or removed.



The placement sites will be used for topographic diversity sites within the island. A top elevation will not be allowed to exceed at the placement sites, and material will be required to be spread evenly across the placement sites in preparation for plantings. Shaping of these sites to maintain a side slope will also be required. The sites will be seeded with specified seed mixes.





Estimated Range: $1-5 Million





NAICS Code and Size Standard: In the event an IFB is issued, North American Industry Classification System (NAICS) code 237990 with a size standard of $37M is being considered.





Solicitation Type: The Government is considering using an Invitation for Bid. Please provide any feedback on the potential solicitation and evaluation method, as well as appropriate provisions and considerations for these types of solicitations and evaluations, from an industry perspective.





Capability Statement/Information Sought: All parties interested in this project must demonstrate that they would have the potential to be a responsive and responsible contractor. Interested businesses shall include the following information to be considered for this Sources Sought announcement:




  1. Company name, address, point of contact, phone number/email address and CAGE Code

  2. Three references of successful excavation or dredging within a riverine system

  3. Three references of soil shaping

  4. Company’s interest if a solicitation for this project is issued

  5. Company’s business category and size

  6. Company’s capability to perform on the project description outlined above



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.





Information Submission Instructions:



1. Page Limitations: Interested and qualified firms should submit a tailored response that clearly details the firm’s ability to perform the aspects of the notice described above and in the Project Requirements. An organization’s submission is not to exceed twenty (20) single sided pages.



2. Number of Copies: All submissions sent in response to this SOURCES SOUGHT/Request for Information notice must be submitted via e-mail to the contract specialist, Bradley Grothus at bradley.j.grothus@usace.army.mil and Deputy, Small Business Programs Troy Robbins at Troy.A.Robbins@usace.army.mil. The e-mail subject line must specify Response to Sources Sought: Steamboat Island Stage II HREP.



3. Due Date/Time: Electronically submitted tailored submissions are due no later than Friday April 7th 2022 at 2:00pm CST, however this does not restrict the Government from accepting responses after this time, if it is in the best interests of the Government for market research purposes, and also does not prohibit the Government from seeking potential capable, and responsible sources from information available from other resources (for instance: small business databases, known sources, previous contractors) to determine a final procurement strategy.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1 ROCK ISLAND ARSENAL
  • ROCK ISLAND , IL 61299-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 23, 2023 02:22 pm CDTSources 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 >