Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOURCES SOUGHT

Z -- REPAIR BRIDGE S-9 SAMPSON STREET AT THE NAVAL STATION, GREAT LAKES, ILLINOIS

Notice Date
1/30/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008309R0008
 
Response Due
2/13/2009
 
Archive Date
2/28/2009
 
Point of Contact
TERRYLL ZADE, CONTRACT SPECIALIST, (847) 688-2600 EXT 417<br />
 
Small Business Set-Aside
N/A
 
Description
The intent of this sources sought notice is to identify potential small business, SBA section 8(a), HUBZone or Service Disabled Veteran Owned Small Business firms capable of Repair by Replacement to Repair Bridge S-9 Sampson Street at the Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois. Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois is seeking either individual firms or joint venture firms, nationwide, capable of performing repair construction of a Bridge at S 9 Sampson Street. The estimated cost of this potential project is $5,000,000.00 to $6,000,000.00. The NAICS Code is 237310 with the annual size standard of $33.5 million. This proposed procurement is being considered as a set-aside for small business, section 8(a), HUBZone or Service Disabled Veteran Owned Small Business Programs. Interested firms are requested to submit their Statement of Capability (SOC) which will be the basis for the Government's ! decision to establish this requirement as a small business, 8(a), HUBZone or Service Disabled Veteran Owned Small Business set-aside acquisition. The SOC must describe in detail the firm's capability to repair bridges within the estimated dollar range. The SOC may be submitted electronically to or by hard copy. If submitting a hard copy, an original and 4 copies are required. PROJECT DESCRIPTION: Repair by Replacement of Bridge S-9 Sampson Street at Naval Station, Great Lakes, Illinois. This project consists of repairing the existing bridge S-2, which was built in 1926, with reinforced concrete, steel reinforcing, embeddable cathodic protection, silicone sealant, retrofit specific structural components by using fiber-reinforced polymer (FRP) composites to meet the current seismic code. This project also entails repair/replace the existing utilities that are inside and attached below the deck of the bridge S-9 Sampson Street, Naval Station, Great Lakes, Illinois. The repair/replacement of Bridge S-9 will need to meet current code standards and provide adequate loading capacity of 25/50 tons for 3S2 type trucks, fire trucks and allow for fully loaded trucks of larger loading capacity. SOC SUBMITTAL REQUIREMENTS: (1) Full name and address of the firm; (2) Year firm was established; (3) Names of two principals to contact (including title, telephone and fax numbers); (4) Statement of small business or socio-economic category. Include SBA letter of 8(a) or HUBZone certification if submitting as 8(a) or HUBZone; (5) Copy of firm's profile from the Department of Defense Central Contractor Registration (CCR) database; (6) Provide a letter from your surety as proof of your bonding capability up to a $7 million for a single contract; (7) Positive statement of eligibility as either a individual firm or Joint Venture under NAICS Code 237990, with an average annual gross revenue of not more than $33.5 million for the last three complete fiscal years. Any 8(a) joint ventures will have to comply with CFR Title 13, Section 124.513; (8) Provide information on any proposed teaming arrangements; and (9) Include information, including references, for similar contracts cur! rently in progress or completed with in the last five years. The following information (Government or Commercial) shall be provided for each of your references. (a) Contract Number and Project Title; (b) Name of contracting activity or customer; (c) Administrative contracting officer's name, current telephone number and/or Contracting officer's technical representative or primary point of contact name and current telephone number; (d) Period of performance (start and completion dates); (e) Basic contract award and final contract value; and (f) Summary of contract work. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm, customers known to the government, and any of your sources that may have useful and relevant information. Interested parties are to mail/submit their responses to the NAVFAC Midwest, Attention: Terryll Zade, 201 Decatur Avenue, Bldg 1A, Great Lakes, Illinois 60088-2801 or via email to terryll.zade@navy.mil. Receipt of potential offeror's sources sought package shall be received no later than Thursday, February 13, 1009 at 2:00 p.m. Central Standard Time. This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit information regarding their technical proposal, key personnel experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice. Estimated award date for this potential contract is September 2009. Information relative to past performance on contracts of this type.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f6b1be30ecf658750e4b40f331ec3680&tab=core&_cview=1)
 
Record
SN01741386-W 20090201/090130220407-f6b1be30ecf658750e4b40f331ec3680 (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.