Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2008 FBO #2284
SOURCES SOUGHT

Y -- ENCAPSULATION OF APPROXIMATELY 2.2 MILES OF THE EXISTING NASA CAUSEWAY SEAWALL WITHIN A WATERWARD ARMORED ROCK REVETMENT AND A LANDWARD ARMORED ROCK SPLASH APRON.

Notice Date
2/25/2008
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
R-2008-JB
 
Response Due
3/10/2008
 
Archive Date
2/25/2009
 
Point of Contact
Joseph M Bell, Contracting Officer, Phone 321-867-1269, Fax 321-867-2042, Email joseph.m.bell@nasa.gov - Kelly J Boos, Contract Specialist, Phone 321-867-8424, Fax 321-867-1166, Email Kelly.J.Boos@nasa.gov
 
E-Mail Address
Email your questions to Joseph M Bell
(joseph.m.bell@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC is hereby soliciting capabilities information from certified 8(a), HUBZone, and Service Disabled Veteran Owned Small Business (SDVOSB) concerns for the encapsulation of approximately 2.2 miles of the existing NASA Causeway Seawall within a waterward armored rock revetment and a landward armored rock splash apron. The purpose of this request is to determine the appropriate level of competition in accordance with FAR 19.10, Small Business Competitiveness Demonstration Program. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement as an 8(a), HUBZone, or SDVOSB set-aside. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. The North American Industry Classification System (NAICS) Code is 237990, Other Heavy and Civil Engineering Construction, which has a Small Business Size Standard of $31 million. The total estimated cost of this project is in the estimated construction contract price range of between $1,000,000 and $5,000,000. DESCRIPTION: In support of NASA/KSC, the firm shall provide the necessary resources to encapsulate approximately 2.2 miles of the existing NASA Causeway Seawall within a waterward armored rock revetment and a landward armored rock splash apron along with processing, transporting, and placement of approximately 55,000 tons of riprap material including granite and crushed concrete into the revetment. The selected contractor will need to have the expertise to densify, process, grade, and/or screen concrete material in accordance with the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction Section 530 Paragraphs 2.2.1 (Bank and Shore), 2.2.2 (Ditch Lining), and 2.3 (Bedding Stone). The selected contractor will also need to have construction experience in marine environments, including the waterward placement of stone by landbased equipment, at a distance of 25+ feet from the shoreline. The waterway around the causeway is considered an FDEP Class 2 Shellfish Harvesting area, and numerous dolphins and manatees are spotted in the areas; therefore, appropriate precautions must be taken when working in these areas. In addition, there will be one priced option for the removal of vegetation to include Non-Native Vegetation and Brazilian Pepper Trees. Tree removal shall include the corresponding root systems. The estimated period of performance for this effort is 329 calendar days. CAPABILITIES PACKAGE: It is requested that interested firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. The capability statement and its cover letter must be submitted electronically to the following email address: joseph.m.bell@nasa.gov. The subject line for email submission should be: Encapsulation of existing NASA Causeway Seawall within a waterward armored rock revetment, Capability Statement. Responses must be received by March 10, 2008, not later than 3:00 PM Eastern Time. The submission shall be prepared in either PDF or Microsoft Office 2000 or greater. NASA/KSC may not evaluate offeror submissions that do not comply with the submission instructions. NASA/KSC will evaluate all offeror submissions that comply with submission instructions using the following criteria: breadth, depth, and relevancy of experience as it relates to the work described above. The cover letter provided with your 5 page submission shall include the following information: Company Name and Address; Company Business Size Status (i.e. 8(a), HUBZone, or SDVOSB); and Point-of-Contact name, phone number, fax number, and email address. The capability statement package must address, as a minimum, the following: (1) prior/current specific experience for work similar in nature to that described above including magnitude, scope, and complexity within the last three years, including contract number, organization supported, indication of whether prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein; (2) experience in marine construction and construction in waters known to contain Manatees (3) company profile including a staffing plan; annual revenue history; office location(s); DUNS number; demonstration of financial stability, ability to retain existing staff and hire/acquire qualified personnel, and ability to provide continuity of operations at the beginning and the end of a contract; and an assurance that you will be able to perform 50% of the work; and (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specified relevant work experience of such personnel. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Debriefings will not be available. All responses pertaining to this announcement must be submitted in writing to Mr. Joseph M. Bell, Contracting Officer, at: Joseph.M.Bell@nasa.gov and to Ms. Kelly Boos, Contracting Officer, at: Kelly.J.Boos@nasa.gov, no later than March 10, 2008 at 3:00 PM Eastern Time. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#128869
 
Record
SN01516364-W 20080227/080225230519 (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.