Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOURCES SOUGHT

Z -- Freeport, Texas, in Brazoria County, Texas, Placement Area No. 1, Dewatering.

Notice Date
3/12/2008
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering 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-0010
 
Response Due
3/27/2008
 
Archive Date
5/26/2008
 
Point of Contact
Lucille Smith, 409 766-3845
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(lucille.r.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT AN INVITATION FOR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATION, OR DRAWINGS AVAILABLE. The Sources Sought Number for this announcement is W912HY-08-S-0010. The U.S. Army Corps of En gineers, Galveston District, solicits for Capability Statements from all qualified and interested parties from Service Disabled Veteran Owned Small Business, Small Business Administration (SBA) 8a firms, and HubZone Small Business firms. The 2007 NAICS C ode for the proposed acquisition is 237990, Other Heavy and Civil Engineering Construction, and the small business size standard is $31Million. The Federal Supply Code is Z219. The order of magnitude for this effort is estimated between $250,000.00 and $50 0,000.00. The Government will use responses to this SOURCES SOUGHT synopsis to make an appropriate acquisition decisions to solicit this project as either a competitive Service Disabled Veteran Owned, 8a, HubZone Small Business or Unrestricted. The propo sed project will consist of the contractor to provide all plant, labor, and equipment for ditching to dewater Placement Area Number 1. This work will be to construct ditches for the purpose of dewatering or drying out the interior of a placement area. Th e work will be in material that could be very wet or in some cases submerged in water. The character of the material and foundation will be very soft with heavy clays occasionally encountered. Degradation of the levees for the purpose of excavating from atop the levee or for any other reason will not be allowed. The contractor shall provide a Bid Bond 20% of the total bid amount or $3,000,000.00 whichever is less. In addition, the contractor shall provide Performance and Payment Bonds (100% of the contra ct price within two (2) calendar days after award). The contractor is required to provide Pre-Award information at bid opening. The contractor shall commence work within two (2) calendars days after acknowledgement of the Notice to Proceed. Completion time for this project is 45 calendar days. If the contractor fails to complete the work within 45 calendar days, the contractor shall pay liquidated damages to the Government in the amount of $1,386.00 for each calendar day of delay until the work is completed or accepted. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business (SDVO SBC), the concern shall be required to perform in accordance to Title 13 Code of Federal Regulation (CFR), which states the concern shall spend s at least 15% of the cost of contract performance incurred for personnel on the concerns employee or the employees of other SDVO SBC. NOTE: (2) If the decision is to Set-Aside this procurement for HubZone Small Business, the concern, shall be required t o perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HubZone Small Business receiving a HUBZONE contract for general construction must perform at least 50% of the contract either itself, or through subcontracts w ith other qualified HUBZONE Small Business concerns. NOTE: (3) If the decision is to Set-Aside for 8(a), the concern will perform in accordance with FAR 52.219-14 (b)(3) at least 15 percent of the cost of the contract, not including the cost of materials, with it own employees. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated t o be five to ten pages, following the set format. Respondents must include references and a capability statement for at least five completed projects within the last three years of similar demolition and removal of mooring dolphins and mooring anchors. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the bel ow requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant construction e xperience with federal government work within the last 3 calendar years, for projects of similar size, scope, and complexity. 2. Recent and relevant construction experience with dewatering Placement Areas within the last 3 calendar years, for projects of similar size, scope, and complexity. 3. Include proof of bonding capacity between $250,000.00 and $500,000.00 4. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement fo r this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or current ly existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Galveston District to make an appropriate acquisition decision. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. After completing its analysis, the Government will det ermine whether to limit competition among Service Disabled Veteran-Owned, 8a, or HubZone firms or proceed with full and open competition as Unrestricted. Results of the evaluation will be posted the Galveston Districts website at www.swg.usace.army.mil. Firms responding to this sources sought announcement, who fail to provide ALL of the required information or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Ms. Lucy Smith at lucille.r.smith@usace.army.mil or mailed to U.S. Army Corps of Engineers, P.O. Box 1229, Galveston, Texas 77550-1229. Direct all technical questions to Mr. Don Carelock at (409) 766-6317 or Ms. Franchelle Craft at (409) 766 -3187. Responses must be received no later than 2:00 P.M. Central Daylight Time, 27 March 2008.
 
Web Link
Galveston District Website
(https://ebs.swf.usace.army.mil/ebs/)
 
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
SN01530900-W 20080314/080312224727 (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.