Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2009 FBO #2599
SOURCES SOUGHT

Z -- Port Arthur, Texas, Hurricane Flood Protection Project in Jefferson County, Texas, Flood Control and Coastal Emergency Repairs.

Notice Date
1/5/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-09-S-0005
 
Response Due
1/20/2009
 
Archive Date
3/21/2009
 
Point of Contact
Angela.Zahid, 409-766-3849<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Sources Sought Number for this announcement is W912HY-09-S-0005. Project Title: Port Arthur, Texas, Hurricane Flood Protection Project, Jefferson County, Texas, Flood Control and Coastal Emergency (FCCE). The U.S. Army Corps of Engineers, 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. The 2007 NAICS Code for the proposed acquisition is 237990, Other Heavy and Civil Engineering Construction, and the small business size standard is $33.5 Million. The Military Federal Supply Code is Z219. The order of magnitude for this effort is between $1,000,000 and $5,000,000. Contractors may be required to provide a bid within fourteen (14) calendar days after the issue date of the solicitation. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive Service Disabled-Veteran Owned, 8(a), HubZone, or proceed with full and open competition as Unrestricted. PROJECT INFORMATION: The work consists of provide riprap and vegetation protection for shoreline stabilization, repair erosion at T-Wall, repair cover stone damage and slope failures. The Contractor shall provide Performance and Payment Bonds within two (2) calendar days after award. The contractor shall commence work within ten (10) calendars days after the date of acknowledgement of the Notice to Proceed. Completion time for this project is 90 calendar days after acknowledgement of the Notice to Proceed. If the contractor fails to complete the work within the time specified in the contract, the contractor shall pay Liquidated Damages to the Government in the amount of $1,580.00 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), the contractor shall be required to spend at least 15% of the cost of contract performance incurred for personnel on the concern's employees or the employees of other SDVO in accordance with the Code of Federal Regulation (CFR) PART 125, Sec.125.6, Prime contractor performance requirements, paragraph (b) (2). Note: (2) If the decision is to Set-Aside this procurement for HUBZone Small Business, the qualified HUBZone spends at least 15% of the cost of contract performance incurred for personnel on the concern's employees. In addition to CFR PART 125 and in accordance to CFR PART 126, paragraph (b) states that In addition to the requirement set forth in Sec.125.6(c), one or more qualified HUBZone Small Business must spend at least 50% of the cost of the contract incurred for personnel on it's own employees or employees of other qualified Small Business concerns. A qualified HUBZone Small Business concern prime contractor receiving a HUBZone contract for general construction may meet this requirement itself by expending 50% of the cost of the contract incurred for personnel on it's employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone small business concerns. A qualified HUBZone prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone small business concerns. Note (3) If the decision is to Set-Aside for SBA 8(a) program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with it's own employees in accordance to Federal Acquisition Regulation 52.219-14. 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 to 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 work for provide riprap and vegetation protection for shoreline stabilization, repair erosion at T-Wall, repair cover stone damage and slope failures. 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 below 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 experience 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 riprap and vegetation protection for shoreline stabilization, repair erosion at T-Wall, repair cover stone damage and slope failures. Include proof of bonding capacity between $1,000,000.00 and $5,000,000. 4. Provide proof of SBA certification for either 8a or HubZone status. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently 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. Results Information Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Service -Disabled Veteran Owned Small Business, 8a, HubZone Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements 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. Angela Zahid at angela.zahid@usace.army.mil or mailed to U.S. Army Corps of Engineers, Galveston District, ATTN: Ms. Angela Zahid, Contracting Division, 2000 Fort Point Road, Galveston District, 77550. Voice (409) 766-3849 or Fax (409) 766-3010. Responses must be received no later than 20 January 2009 at 2:00 P.M. Central Time. For Technical questions, please contact Mr. Bill Jakeway, Operation Manager at (409) 766-3988 or Ms. Nancy Young, Engineering Manager at (409) 766-3147.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e588dac96ad1ad140d2edd69c610092&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01726951-W 20090107/090105215514-7e588dac96ad1ad140d2edd69c610092 (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.