Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOURCES SOUGHT

H -- Hurricane Preparedness for the Texas Gulf Coast. Quality Assuarance Services for Hurricane Recovery

Notice Date
6/15/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-07-S-0008
 
Response Due
7/11/2007
 
Archive Date
9/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought No. W912HY-07-S-0008 Project Title: Hurricane Preparedness, Quality Assurance Services, for the aftermath of a Hurricane along the Texas Gulf Coast during the 2007 Hurricane Season. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this sources sought synopsis is to determine interest and capabili ty of potential qualified Federally Certified 8(a), Small Disadvantage Business, Hub zone Small Business, Service Disabled Veteran-Owned Small Business, relative to the North American Industry Classification Code (NAICS) 541330, Engineering Services. To ma ke appropriate acquisitions for the above project, the Government, will use responses to this sources sought synopsis to ensure the offerors meet the required qualifications as specified in this Sources Sought before award. The Government intends to award one commercial service contract in accordance with FAR Part 12. The contract award will be conducted in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C, 5121 et seq.) and FAR Part 26.2 Disaster or Emergency As sistance Activities which provides preference to the extent feasible and practicable, to those organizations, firms, or individuals residing or doing business in the area affected by such major disasters or emergencies. The potential affected counties are all along the Texas Gulf Coast from Beaumont to Brownsville. The work consists of Quality Assurance Inspection in the counties affected by a hurricane. The general description of the work is: the Contractor shall assign and provide an Operations Manager ( OM) to the Recovery Field Office (RFO) (affected site) to serve as the principal liaison with the Corps Contracting Officer or Contracting Officer Representative (COR). The OM position will not require constant presence, rather the OM will be required to be physically capable of responding to the RFO (affected site) within 30-60 minutes of notification. The assigned OM must be knowledgeable of all facets of the Contractors operations and have authority in writing to commit the contractor. The OM shall be on call 24 hours per day, seven days per week (the Government will reimburse the OM only for actual hours worked) and shall have electronic linkage capability for transmitting and receiving relevant contractual information. The OM will report to the Co ntracting Officer or the COR. In support of the Hurricane recovery efforts the contractor shall provide a specific number of quality assurance inspectors (QAs) (this number will be determined at the time of the event) for up to 90-120 days each as defined by task orders to be issued against this contract. The QAs will be responsible for supplying the Government with daily reports in the Texas Gulf Coast area. Work will be performed 12 hours per day, 7 days per week. This work supports the debris clearan ce, removal and reduction mission for the Hurricane recovery efforts in Texas as well as temporary roofing and may also include work of general construction projects. These services shall include identification of unit quantities of debris to be hauled, i dentification of quantities of roofing to be tarpped, and other construction work as well as daily reports for work inspected. The contractor shall provide QA services to meet the requirements defined herein as requested for the duration of any and all ta sk orders issued under this contract. An Accident Prevention Plan (APP) is required and shall be prepared in accordance with the current edition of EM-385-1-1 and all changes at the time of the solicitation. The APP shall be submitted to the COR. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by mail to the attention of Traci Robicheaux, Contracting Div ision, U.S. Army Corps of Engineers, 2000 Fort Point Road, Galveston, TX 77550-1229. (409) 766-6306, Fax (409) 766-3010. Responses must be received no later than 10: 00 a.m. central standard time, on 11 July 2007. Interested contractors must send three complete packages of all information requested. Failure to do so will cause the firm to be rejected. The following information is required: 1. Name of firm w/address, phone, fax, e-mail address, and point of contact. 2. Provide a copy of your Federal cert ification if your company is an 8(a), Small Disadvantaged Business or Hub zone Small Business, and as requested Service-Disabled Veteran-Owned Small Business must provide a copy of their DD215. 3. Provide a list of subcontractors you propose to use and how they fit FAR Part 26, Stafford Act Requirements. List the company name, address, federal business size and their specialty. All subcontractors must meet all appropriate licensing requirements as well as certifications. Provide certifications as require d for the prime. 4. Qualifications: Responses to this sources sought synopsis shall provide the following information: (a) Provide examples of your companys experience in quality assurance services; (b) provide qualification, certification, and training for OM person; (c) provide a copy of necessary State licenses effective prior to 29 May 2007 (d) provide information that you have or the ability to obtain production control procedures, property control systems, quality assurance measures and safety pro grams applicable for this type of work (e) provide information that you are able to comply with the required performance schedules taking into consideration all existing commercial and government business commitments (f) provide documentation for your firm on past similar efforts as a prime contractor. (g) The firm must demonstrate that they have sufficient management staff to do 51% of the work with their own employees and workforce. (h) The firm must have the capability to assemble the required number of qualified personnel to start up work within 72 hours. Every individual must have their own personal working motorized transportation capable of covering vast distances in a short period of time along the Texas Gulf Coast. (i) The firm must have ability t o timely communicate with field staff outside of relying on cell phone communication. Submission Requirements: Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the m ost recent five projects that prove you can meet each of the required qualifications listed above, with contract number, project location, description of work requirements, contact and phone number for each effort, etc. Contractors are required to be regis tered with the Central Contractors Registration (CCR) at the time of proposal submittal. Information concerning CCR Registration is located at www.ccr.gov. Firms responding to this sources sought announcement, who fail to provide ALL of the required infor mation requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact: Mr. Gus Marinos at (409) 766-3956.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01320330-W 20070617/070615223914 (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.