Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOURCES SOUGHT

Y -- Sources Sought for Design Build Construction Paving IDIQ Multiple Task Order Award Contracts in the Southwest Region, AR, AZ, CA, LA, NM, OK AND TX, with the majority of work to be performed at Ft Bliss, TX

Notice Date
1/11/2008
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
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-08-S-0002
 
Response Due
1/25/2008
 
Archive Date
3/25/2008
 
Point of Contact
Maria E. Rodriguez, (409) 766-6331
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(Maria.E.Rodriguez@swg02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 capability of potential qualified Small Business Administration (SBA), Federally Certified 8(a) Small Disadvantage Business, Historically Underutilized Business Zone Small Business (HUBZone), and S ervice Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code 237310 (Highway, Street and Bridge Contractors) which corresponds to SIC 1611. The Small Business Size Standard is $31Million. To make an appro priate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. Multiple Task Order Award Contracts (MATOCs) are anticipated with a maximum limitation of approximately $300,000,000.00 - $400,000,000.00 for all contracts combined. Project Information: The projects may include design and construction of the Heavy Tactical Equipment Parking, Private Vehicle Parking (POV), airport runways, taxiways and heliports to include both asphaltic and concret e pavement structures. The design and construction of these features will also include incidentals to include but not limited to concrete curbs and sidewalks, fencing, underground duct banks, lighting, signage, retaining walls, pavement markings and storm drainage. Typical work for the parking, airport runways, taxiways and heliports may include but is not limited to 1) planning, design, estimating, and construction 2) Site planning and site verification 3) site engineering to include subsurface inv estigations, laboratory analysis, and final geotechnical report 4) pavement design 5) coordination with utility providers and Land Development Engineer, and other product line contractors 6) acquiring all local, state and federal permits 7) sustainable de sign solutions to meet a minimum LEED Silver to support the MILCON program 8) site electrical systems 9) meetings and design review conferences 10) design configuration management 11) quality control systems 12) safety plans 13) environmental protection t hrough the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials man agement and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biological resources, integrated pest management, post construction clean-up 14) traffic control plans 15) scheduling and phasing 16) preparation of design drawings on AutoCadd and Microstation 17) and development of as-built drawings. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by fax, e-mail or mail t o the attention of Ms. Maria Rodriquez, Contract Specialist, Fax (409) 766-3165 or email at maria.e.rodriguez@usace.army.mil. The mailing address is U.S. Army Corps of Engineers, Galveston District, 2000 Fort Point Road, Galveston, TX 77550. Responses mu st be received no later than 2:00 P.M. central standard time, on January 25, 2008. The following information is required: 1. Name of firm with address, phone, fax, e-mail address, and point of contact. 2. State if your company is a Certified 8(a), Small Disadvantaged Business, HUBZone Small Business, or Service-Disabled Veteran-Owned Small Business. 3. State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of each task order amount) with a Task Order Limitation of $35M for Organizational Vehicle Parking and $15M for POV Parking. 4. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for Certified 8(a), Small Disadvantaged Business, HUBZone Small Business, or Service-Disabled Veteran-Owned Small Business. 5. Qualifications: Responses to this sources sought synopsis shall indicate specialized experience in the design and construction of the organizational parking, private vehicle parking, airport runways, taxiways and heliports to include both asphaltic and concrete pavement structures including the design and construction of draina ge systems, concrete curbs, sidewalks, lighting, signage, and pavement markings. 6. Submission Requirements: Firms submitting responses shall present their information in a matrix format showing relevant contracts that are similar in scope that they have performed. The matrix shall show the most recent, up to five projects, that prove you can meet each qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort, etc. Proof of the Small Business Administration (SBA) registration 8(a) and HUBZone shall be provided with this response. Firms responding to this sources announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of the sources sought announcement. For technical questions, please contact; Mr. Jason Foltyn at (409) 766-6303.
 
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
SN01484089-W 20080113/080111225739 (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.