Similar Projects
Miller Farms (Lateral B) Drainage Improvements - City of Germantown
Infrastructure
Conception
Less than $7,600,000 est. value
Memphis, TN 38138

Hatch Lane Eagles Nest Sewer - 80320 - City of Bartlett
Infrastructure
Conception
$3,000,000 CJ est. value
Bartlett, TN 38134

Piperton Historic House Renovation
Infrastructure, Renovation
Design
$250,000 CJ est. value
Piperton, TN 38017

Westbrook Sewer Extension - 81171 - City of Bartlett
Infrastructure
Design
$500,000 CJ est. value
Bartlett, TN 38135

RFP Construction Manager at Risk - Soulsville, Early - Stage Investment and Street Safety Improvements Projects
Infrastructure
Bidding
$13,601,544 CJ est. value
Memphis, TN 38103

Street Resurfacing FY 2023
Infrastructure
Bidding
$200,000 CJ est. value
Collierville, TN 38017

Sources Sought/Request for Information for Pre-Fabricated Trail Bridges
Post-Bid

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Drain Valves and Actuators for Fire Hydrants
Term Contract
Results
Memphis, TN

North Johnson Road Pumping Station Improvements And Force Main
Renovation, Alteration
Results
Germantown, TN 38138

STP Asphalt Overlay of Elmore, Street Elmo and Brunswick Roads - 458 - City of Bartlett
Infrastructure
Conception
$3,800,000 CJ est. value
Bartlett, TN 38134

Boilers and Hot Water Piping - Gas Piping Extensions
Infrastructure
Bidding
$250,000 CJ est. value
Memphis, TN 38111

Purchase Water Meters
Term Contract
Post-Bid
Bartlett, TN

The Repair of the Bridge on I-40 over the Wolf River (L.M. 9.42)
New Construction, Infrastructure
Results
TN

STP Overlay of Elmore Park Road, Old Brownsville Road, Ellendale Road, and Billy Maher Road - 4581 - City of Bartlett
Infrastructure
Conception
$4,708,600 CJ est. value
Bartlett, TN 38134

Last Updated 09/02/2022 09:02 AM
Project Title

RFQ - FY23 Misc Repairs MATOC

Physical Address View project details and contacts
City, State (County) Memphis, TN 38103   (Shelby County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Bridge, Dock/Pier/Marine, Maintenance, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $45,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Opportunity Notice ID: W912EQ22S0021 Related Notice Department/Ind. Agency: DEPT OF DEFENSE Sub-tier: DEPT OF THE ARMY Major Command: USACE Sub Command: MVD MVM Office: US ARMY ENGINEER DISTRICT Memphis General Information Contract Opportunity Type: Sources Sought (Original) All Dates/Times are: (Central Daylight Time: Memphis, USA NAICS Code: 237990 - Place of Performance: Memphis District AOR, USA This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on SAM.gov. It is the potential offeror's responsibility to monitor SAM.gov for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) This industry comprises establishments primarily engaged in heavy and civil engineering construction projects (excluding highway, street, bridge, and distribution line construction). The work performed may include new work, reconstruction, rehabilitation, and repairs. Specialty trade contractors are included in this industry if they are engaged in activities primarily related to heavy and civil engineering construction projects (excluding highway, street, bridge, distribution line, oil and gas structure, and utilities building and structure construction). Construction projects involving water resources (e.g., dredging and land drainage), development of marine facilities, and projects involving open space improvement (e.g., parks and trails) are included in this industry. Small Business Size Standard: $39.5 Million Product and Service Code (PSC): The project is a Multiple Award Task Order Contract (MATOC) for miscellaneous repairs throughout the Memphis District. Typical construction task orders may include levee embankment repairs, road gravel surfacing, channel bank riprap armoring, and maintenance of existing projects within the Memphis District. The work on each task order will consist of furnishing all plant, labor and materials for the work to be performed. Specific items of work may include, clearing, stripping, grubbing, debris disposal, channel debris removal, borrow pit development and excavation, channel excavation, stockpiling of material, processing of fill material for moisture control, embankment construction, compaction; placement of geo-textile, bedding material; establishment of turf and any incidental related work according to the base MATOC specifications and supplemental specifications & plans for each individual Task Order. The project will consist of an ordering period of 5 years. The estimated total value of the work, including all Task Orders is $45,000,000.00. 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 8 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. (5) The Government is requesting interested contractors to furnish the following information: (a.) What negative impacts, if any, will your firm experience as a result of the consolidation of specific requirements (b.) Will consolidating this requirement impact your ability to participate in this type requirement within the Mississippi Valley division (c.) Would you be willing to participate in a future acquisition for River Repairs and Upper Bank Paving under a Multiple Award Task Order Contract (MATOC) scenario All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy. (d.) Provide no more than five (5) references of the most recent and relevant contracts, performed within the last eight (8) years of work same/similar in nature. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. Submission of information should be limited to not more than five (5) pages. Project Labor Agreements(PLAs): Do you have knowledge that a PLA has been used in the local area on projects of this kind If so, please provide supporting documentation. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project If so, please elaborate and provide supporting documentation where possible. Do you have knowledge that a PLA has been used in the local area on project If so, please elaborate and provide supporting documentation where possible. Are you aware of time sensitive issues/scheduling requirements that would affect the rate which the referenced project should be completed If so, please elaborate and provide supporting documentation where possible. Identify specific reasons why you do not believe a PLA advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 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 protege team through the SBA 8(a) or All Small Mentor Protege 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 $25,000,000 and $50,000,000 Contract Duration: TBD (solicitation) Estimated Start Date: (Exact date TBD) Site Visit Time & Date: TBD (solicitation) Response Time & Date: 22 September 2022 at 1:30pm Please note 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 judy.e.stallion@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. The method of contractor selection has not been determined at this time.

Details

Division 01 - General Requirements, Vehicular Access and Parking, Traffic Control, Temporary Barriers and Enclosures.
Division 03 - Concrete, Concrete Reinforcing, Precast Structural Concrete.
Division 05 - Metals, Structural Steel Framing, Structural Steel for Bridges, Steel Joist Framing, Steel Joist Girder Framing.
Division 07 - Thermal and Moisture Protection, Expansion Control.
Division 09 - Finishes, High-Performance Coatings.
Division 10 - Specialties, Signage, Traffic Signage.
Division 26 - Electrical, Exterior Lighting, Lighting Poles and Standards, Roadway Lighting.
Division 31 - Earthwork, Embankments, Erosion and Sedimentation Controls, Slope Protection, Gabions, Riprap, Special Foundations and Load-Bearing Elements, Driven Piles.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Rigid Paving, Fences and Gates, Retaining Walls.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.
Division 34 - Transportation, Operation and Maintenance of Transportation, Bridges.
Division 35 - Waterway and Marine Construction, Common Work Results for Waterway and Marine Construction, Waterway and Marine Construction and Equipment, Marine Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents