Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOURCES SOUGHT

Z -- Placement of Floating Dock on Dry Land for the US Army Corps of Engineers, Galveston, Texas

Notice Date
5/20/2009
 
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-0022
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
Lucille Smith, 409 766-3845<br />
 
E-Mail Address
US Army Corps of Engineers, Galveston
(lucille.r.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District has a requirement for Placement of Floating Dock on Dry Land for the US Army Corps of Engineers, Galveston, Texas. 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), Certified 8(a), Hubzone Small Business, and Service Disabled Veteran-Owned and Emerging Small Business firms relative to the North American Industry Classification Code (NAICS) 237990. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $25,000.00 and $100,000.00. Project Information: The contractor shall provide all plant, labor and equipment remove the floating dock off the water and bulkhead and place it on dry land. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Note: (2) If the decision is to Set-Aside this procurement for HubZone Small Business, the contractor, shall be required to 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 with other 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 its own employees in accordance to Federal Acquisition Regulation 52.219-14. The Contractor shall provide Performance and Payment Bonds within (3) calendar days after award. The contractor shall begin work within (2) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project is (5) calendar days after acknowledgement of the Notice to Proceed. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Ms. Lucille Smith, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-3845. The fax number is (409) 766-3010. The e-mail address for Ms. Smith is lucille.r.smith@usace.army.mil. Response must be received no later than 2:00 P.M. central standard time, on 27 May 2009. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), HubZone Small Business, Service-Disabled Veteran Owned or Emerging Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HubZone Small Business, Service-Disabled Veteran-Owned or Emerging Small Business. 6. Qualification: Responses to this sources sought shall indicate specialized experience and technical competence in: WORKING WITH HEAVY EQUIPMENT. The evaluation will consider overall experience. Provide documentation for your firm on past or similar efforts as a prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact Mr. Dennis Lanigan at (409) 766-3875 or e-mail dennis.w.lanigan@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-09-S-0022/listing.html)
 
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
SN01823550-W 20090522/090521003056-276c8ce0b7b22856bf988b4354baafae (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.