Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

Y -- RECOVERY--Y--Colorado River and Tributaries, Texas, Mouth of Colorado River in Matagorda County, Texas, Pipeline Dredging and Construction of New East Jetty

Notice Date
6/8/2009
 
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-0024
 
Response Due
6/23/2009
 
Archive Date
8/22/2009
 
Point of Contact
Angela.Zahid, 409-766-3849<br />
 
E-Mail Address
US Army Corps of Engineers, Galveston
(angela.zahid@usace.army.mil)
 
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-0023. Project Title: RECOVERY Colorado River and Tributaries, Texas, Mouth of Colorado River in Matagorda County, Texas, pipeline Dredging and Construction of New East Jetty. 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 firms. 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 Y219. The order of magnitude for this effort is between $10 million and $25 million. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either competitive Service Disabled-Veteran Owned, HubZone Small Business, 8(a), or Unrestricted. PROJECT INFORMATION: The Contractor shall provide all plant, labor, and material for dredging approximately 500,000 cubic yards of maintenance material for beach placement and construction of a 3,100 foot jetty. The contractor shall provide a Bid Bond in the amount of 20% of the total bid amount or $3 million, whichever is less. The contractor will be required to provide Performance and Payment Bonds within five days after contract award. The contract completion time is 500 calendar days. If the contractor fails to complete the work within 500 calendar days, the contractor shall pay liquidated damages to the Government 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 concerns 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 concerns 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 its 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 its 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 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: dredging and jetty construction. Each reference shall include the company name and title, 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: dredging and construction of jetties. 3.Include proof of bonding capacity. 4.Provide proof of SBA certification for either 8a or HubZone status. 5.Include a statement that the concern will submit an offer for an 8(a), HubZone or Service-Disabled-Veteran Owned Set-Aside competitive procurement. The Capabilities Statement for 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 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: Respondents will not be notified of the results of the evaluation. Please visit www.fbo.gov for the Sources Sought Results. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran-Owned Small Business, 8a, or 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. The responses to this SOURCES SOUGHT may be e-mailed to Ms. Celia Cockburn at celia.e.cockburn@usace.army.mil or mailed to U.S. Army Corps of Engineers, Galveston District, ATTN: Ms. Celia Cockburn, Contracting Division, 2000 Fort Point Road, Galveston, Texas, 77550. Voice (409) 766-3067 or FAX` (409) 766-3010. Responses must be received no later than 23 June 2009 by 2:00 P.M. CST. For technical questions, please contact Ms. Terri Carlson, Construction Manager at (409) 766-3176.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-09-S-0024/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
SN01838760-W 20090610/090608235009-efaa87d8ca078b985dfc5fde3e3d8188 (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.