Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOURCES SOUGHT

56 -- Off the shelf Commercial Items of Miscellaneous Construction and Building Materials for the Customs and Border Patrol Protection Infrastructure of the Department of Homeland Security.

Notice Date
11/3/2006
 
Notice Type
Sources Sought
 
NAICS
444190 — Other Building Material Dealers
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-07-R-0010
 
Response Due
11/14/2006
 
Archive Date
1/13/2007
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement, a market survey for information only, to be used for preliminary planning purposes. FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be ma de 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 Busine ss Community (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HubZone), Service Disabled Veteran Owned (SDVOSB), Historically Black Colleges and Minority Institutions (HBCU/MI ), to compete and perform a Firm Fixed Price Indef inite Delivery/Indefinite Quantity Contract with an estimated VALUE of three hundred sixty three million dollars ($363M). The Government is seeking qualified, experienced and reliable sources capable of performing multiple task orders and or delivery order s simultaneously for the delivery of various commercial off-the-shelf miscellaneous construction materials and supplies to various locations along the Northern and Southern Border of the United States over the next five years for the Department of Homeland Securitys Infrastructure Program. It is estimated that ninety percent (90%) of the infrastructure program placement will occur primarily on the Southwest border states of Texas, New Mexico, Arizona, and California. The estimated period of performance f or this effort is 1-5 years. The Tactical Infrastructure projects consist of roads, low-water crossings, temporary and permanent vehicle barriers, pedestrian barriers, stadium lighting, fencing, and bridges (list not all inclusive). Example of a Bill of Ma terials (BOM): Delivery for one (1) mile (length) of a vehicle barrier: 580 each 5x5x0.25 square tubing(21 feet long); 264 each 5x5x0.25 square tubing(20 feet long); 250 Cubic Yards of concrete(3000 psi); 700 pounds Welding Rods; 8 O2 Bottles; 8 acetelyne bottles. Another example is 100 feet (length) of BOLLARD FENCE installed on 8.5 inch centers which may require the following supplies/materials: 20 6x6x0.25 length of pipe. Other options might be 1500 6x6x.280 std pipe X 21 new; 1500 6X6x.250 square tubin g at 20 new; 1500 6x4x.188 rec tubing at 20 new; concrete 3000 PSI; 4 ? OD Pipe Fill; 4 O2 bottles; 4 acetelyne bottles, etc. A third example may be a Landing Mat Fence using the following for a one mile length fence: 300 Relay Rail 90#, #1 relay rail, 30- 33 ft lengths; 580 4 ? inch OD Pipe - Vertical; 250 cubic yards of 3000 psi concrete; 1500 psi/2 sak slurry mix 66.80 cubic yards; 700 welding rods; 3 O2 bottles; 3 acetelyne bottles. The materials/supplies listed are not intended to be all inclusive of th e quantities of supplies/materials needed for these specific examples. Other materials/supplies may be asphalt roof cement; Quikcrete; sealer concrete non-petroleum base soluble; Portland cement; nonshrink non-metallic grout; concrete caulk; form oil; tie wire; tie wire spinner; nails of various sizes; construction grade lumber of varying sizes/lengths; dimension treated construction grade; plywood of various sizes/lengths metal stakes; various bolts, connectors and nuts and washers; plastic; hand pump spra yer; engineers tape, paintbrushes; steel rakes; square nose shovel; concrete dobies; rebar caps; wooden stakes; reinforced concrete pipe; arched pipe; culverts of various sizes; different sizes of rebar angle iron of various sizes, etc. This list of materi als/supplies IS NOT ALL INCLUSIVE and all items given as an example may NOT be ordered, but was given as an example of the type of some of the commercial items that may be purchased on an ID/IQ contract. DELIVERY TIMES WILL USUALLY BE SHORT NOTICE. The tim e between notification of items to be delivered and the required delivery date can range from twenty-four (24) hours notice to two (2) weeks notice. Large deliv eries may be staggered to accommodate mission requirements. Typical orders run from $500 thousand to one (1) million dollars and consist of numerous different items. Offerors must be able to deliver ALL items on the list. LOCATIONS ARE REMOTE. Deliveries w ill be coordinated with on-site points of contacts, names and contact information will be provided. USE OF LOCAL VENDORS IS ENCOURAGED, ALL SMALL BUSINESS are encouraged to provide a proposal outlining their capabilities to perform this work with (1) Compa ny name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDVOSB), Historica lly Black Colleges and Minority Institutions (HBCU/MI), under the North American Industry Classification System (NAICS) code 444190 which equates to SIC code 5211 with a size standard of $6.5 Million. (3) Identify servicing Small Business Administration Di strict Office. (4) Offerors must be able to deliver ALL items on a task order list. Provide a discussion on how offeror plans to meet short notice delivery schedules (48-72 hours turnaround time), and their network of subcontractors, if used, to meet the r equirements of the contract since, due to the nature of the work, promptness of delivery is absolutely necessary. (5) Offeror must explain how he/she will be able to deliver to very remote locations all along the US/Mexico border. (6) 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 email address of references. Also, provide a brief description of the work p erformed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and Joint-Ventures and other teaming arrangements are acceptable and encouraged. All responsi ble small businesses may submit a proposal which shall be considered by the agency in making a decision whether to set this requirement aside for small business participation only. Email responses to: U.S. Army Corps of Engineers, Fort Worth District, ATT N: Ali Marshall, CT-S, PO Box 17300, 819 Taylor Street, Fort Worth, Texas 76102-0300, or FAX to the attention of Ali Marshall at (817) 886-6403. RESPONSES ARE DUE BY 4:00 p.m., local time for Fort Worth, Nov 14, 2006. Point of Contact email address is: A lisa.Marshall@swf02.usace.army.mil or alternate point of contact email Linda.D.Eadie@swf02.usace.army.mil Point of Contact Ali Marshall, Alisa.Marshall@swf02.usace.army.mil Alternate: Linda Eadie, Linda.D.Eadie@swf02.usace.army.mil Email your questions t o US Army Engineer District, Fort Worth District Contracting. Place of Performance Address:Various Delivery Locations along the Northern and Southern Border of the United States. It is estimated that ninety percent (90%) of the infrastructure program plac ement will occur primarily on the Southwest Border States of Texas, New Mexico, Arizona, and California. For:Department of Homeland Security, U.S. Custom and Border Protection and the Southwestern Division, US Army Corps of Engineers
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01175934-W 20061105/061103222642 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.