Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2006 FBO #1535
SOURCES SOUGHT

Z -- Cedar Hammock (Wares Creek) Flood Control Channel, Bradenton, Manatee County, FLorida

Notice Date
2/6/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-06-Z-0001
 
Response Due
2/21/2006
 
Archive Date
4/22/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS FOR INFORMATION PURPOSES ONLY. DO NOT REGISTER FOR PLANS AND SPECIFICATIONS AT THIS TIME. THERE IS A DRAFT SOLICITATION AVAILABLE FOR REVIEW ON OUR WEBSITE (see instructions below). The Government may consider comments and inquiries while preparing the final plans and specs; however the Government is not seeking comments and may not provide responses to inquiries. This announcement constitutes a Source Sought Synopsis. This is not a Request for Proposal and will be used to identify SBA Ce rtified 8(a) and/or HubZone and Service Disabled Veteran-Owned Small business firms for the purpose of determining how the solicitation will be advertised. We are seeking SBA Certified 8(a) Firms certified in the Small Business Administration Region IV, w hich includes the States of Kentucky, Tennessee, North Carolina, South Carolina, Georgia, Alabama, Mississippi and Florida, and HubZone Service Disabled Veteran-Owned Firms nationwide. This sources sought announcement is for information and planning purpo ses only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. A solicitation is anticipated to be issued in July 2006 timeframe. DESCRIPTION OF WORK: This project work includes improvement of approximately 17,000 feet of Wares Creek as follows: Dredging or excavation of the creek from the mouth of Wares Creek to Manatee Avenue. Remove mangrove islands and deepen the creek from manatee Avenue to 9th Avenue West. Clear and snag overgrown channel from 9th Avenue West to 17th Avenue West. Widen existing trapezoidal section of the creek from 17th Avenue West to 21st Avenue West. Construct vertical anchored sheet pile wall with concrete cap on one side of channel, and protect exist ing slope on opposite side from 21st Avenue West to 14th Street West (US 41). Widen existing trapezoidal section of the creek from 14th Street (US41) to 44th Avenue West (US 41). Widen existing trapezoidal section of the creek from 14th Street West (US 4 1) to 44th Avenue West. Work also includes clearing, grubbing, demolition, relocation of electrical, sewer and water utilities, construction of pedestrian bridges, storm drainage modifications, placement of seed, sod and stone riprap, pavement repair, and mitigation at Emerson Point to include grading, clearing of exotic species, and planting of native species. This project will be setup with a base bid and 2 options. The base will include the excavation up to 9th Avenue. Option 1 will include excavatio n from 9th Avenue to 21st Avenue. The magnitude of construction is between $10,000,000 and $25,000,000 and the performance period is 230 calendar days. Option 2 will include excavation from 21st Avenue to Cortez Road. Please provide a Statement of Cap ability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work. This SOC should be a brief description of your companys capabilities. The contractors should provide brief references of jobs they have performe d and the magnitude of construction. Also, interested contractors must include bonding information (on the bonding company letterhead) that the company has the capability of receiving bonding up to $25 million. If we do not receive an adequate number of qualified respondants (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project. A draft solicitation can be viewed on ou r EBS website at https://ebs1.saj.usace.army.mil/ebs/AdvertisedSoliciations.asp. REMEMBER: DO NOT REGISTER AS A PLAN HOLDER AT THIS TIME. THE FINAL PLANS AND SPECIFICATIONS WILL CARRY A DIFFERENT IDENTIFICATION NUMBER AND REGISTRATION WILL BE REQUIRED A T THAT TIME. Receipt of potential offerors SOC shall be no later than fifteen (15) calendar days from the date of this notice by 4:00 pm. Responses to this so urces sought may be faxed, to the attention of Pamela Owens at (904) 232-2748, mailed to U.S. Army Corps of Engineers, Contracting Division, 701 San Marco Blvd., Jacksonville, Florida 32202; or sent via email to pamela.j.owens@usace.army.mil. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr2000.com. You must be registered in the Onl ine Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 237990 and the Small Business size standard is $18.5 million.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00980867-W 20060208/060206212523 (fbodaily.com)
 
Source
FedBizOpps 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.