Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOURCES SOUGHT

Y -- Sources Sought Synopsis Announcement - market survey only. Disaster/Emergency Assistance Construction Activities

Notice Date
4/18/2005
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-SS-05-01
 
Response Due
5/4/2005
 
Archive Date
7/3/2005
 
Small Business Set-Aside
N/A
 
Description
Information Needed: SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARD ED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized B usiness Zones (Hubzone), Veteran Owned Small Business Concerns (VOSB) , Service Disabled Veteran Owned (SDVOSB), Historical Black Colleges and Minority Institutions (HBCU/MI), and Indian organizations and Indian-owned economic enterprises) to compete and p erform an Indefinite Delivery/Indefinite Quantity contract. Responses are restricted to US firms who are established, registered in Central Contract Registration and in the case of SDB, Hubzones and Section 8(a) certified by the Small Business Administrat ion. The Government is seeking qualified, experienced sources capable of performing Continental United States (CONUS), or Outside Continental United States (OCONUS) for time-sensitive construction in support of natural or manmade disasters (USAID, FEMA, etc.), Homeland Security/Defense Mission Support (assessments, construction), Infrastructure Support (Civil and/or Military), and secondary support for Ecological and Munitions response. The work will consist of time-sensitive disaster or emergency assistance construction activities including, but not limited to, flood control and water diversion projects, embankments, channel alignments and flood control structures. Also, time-sensitiv e disaster or emergency assistance construction, operations and maintenance activities which includes but is not limited to facilities, infrastructure, water and sanitation systems, electrical systems, natural gas and other energy systems, fences, lightin g, and roads to support troop movement. In addition, defense against terrorist attacks, and protection against/response to threats and hazards to National Security or the Public Interest to include (but not limited to), 1) security protection of Access C ontrol Points, 2) Chemical/Biological/Radioactive (CBR) projects, 3) structural hardening of walls/roofs, installing blast/ballistic resistant windows/doors, and landscaping to achieve standoff distances for various structures, and 4) installation of secur ity equipment such as cameras, intrusion detection systems, locks, fragment retention film, etc. (some projects may be classified). Secondary support for Ecological/Environmental and Munitions response may include (but is not limited to) time-sensitive c onstruction, implementation, demolition, repair, emergency response, and operations and maintenance activities for environmental engineering and construction needs and time-sensitive munitions and explosives response actions. The Government anticipates individual task orders ranging from $2,500 to $20,000,000 and will require the potential contractors to document and demonstrate their maximum bonding capacity of $20,000,000 for a single project for both fixed and cost-reimbur sable task/delivery orders. All interested, capable, qualified and responsive members of the Small Business Community are encourage to reply to this sources sought as the received data will be used to define the geographical score and potential contract c apacity. The Government is requesting that members of the Small Business Community interested furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) Type of Small Business Community member ( (Small Business (SB) Small Disadvantaged Business (SDB ) to include Section 8(a), Historically Underutilized Business Zones (Hubzone) Veteran Owned Small Business Concerns (VOSB) , Service Disabled Veteran Owned (SDVOSB) Historical Black Colleges and Minority Institutions (HBCU/MI) Indian organizations and In dian-owned economic entrprises) under the North American Industry Classification System (NAICS) code 237990 which contains a size standard of $28,500,000.00. (3) Identify servicing Small Business Administration District Office. (4) The geographical span you are capable of servicing. State this information as clearly as possible. [I.e. If you can perform anywhere in a state(s), provide only the name of the state(s). If you can work internationally, so state. ] (5) State your bonding capacity as of the date of your response. (6) State whether or not you currently have a security clearance - if so, what level. (7) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years. Include name, address, telephone number, and e-mail address of references. Also, provide a br ief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and potential Joint-Ventures, Mentor-Prot?g? Agreement and form al teaming arrangements are acceptable and encouraged. Email responses to this request for information are preferred, and should be sent to: Dawn.E.Thompson@usace.army.mil and Pat.M.Overgaard@usace.army.mil . All questions must be submitted via e-mail or fax. Mailed responses should be submitted to: USACE, attn: CENWO-CT-M, 106 S. 15th Street, Omaha, NE 68102-1618. Faxed responses should be sent to 402-221-4199 or 4530. The due date and time for responses to this announcement is 4:00 pm Central Daylight Savings Time on May 4, 2005. Point of Contact Dawn Thompson 402-221-4811 or Pat Overgaard 402-221-3031 Place of Performance CONUS and/or OCONUS
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00790368-W 20050420/050418211843 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.