Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOURCES SOUGHT

Z -- RECOVERY--Z--Equipment Rental for Drainage and Site Work at Sampit River and Waccama Neck Disposal Areas, Georgetown County, South Carolina

Notice Date
6/11/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-S-0302
 
Response Due
6/23/2009
 
Archive Date
8/22/2009
 
Point of Contact
Henry Wigfall, (843) 329-8088<br />
 
E-Mail Address
US Army Corps of Engineers, Savannah
(henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Savannah District, Charleston Office has a requirement for the above subject. 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 Small Business and other 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 $500,000 and $1,500,000. Project Information: The primary purpose of the contract is to dewater the dredged material placed in the Waccama Neck and Sampit River Disposal Areas. This will be accomplished by a rental contract to deepen the existing perimeter drainage ditches (and progressive deepening of same if necessary), and deepening of interior collector ditches and laterals (and progressive deepening of same). Other related work will include clearing brushy vegetation off the dikes and inside slopes, inside berms, and interior (where possible), and grading of the slopes and berms. This work will require the use of Long Reach Back Hoes, Bull Dozers, Fuel Trucks, and other related equipment. Note: (1) 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: (2) 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. The Contractor shall provide Performance and Payment Bonds within five (5) calendar days after award. The contractor shall begin work within five (5) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project will be specified in the solicitation. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Savannah District, Charleston Contracting Office, Attention: Henry Wigfall, 69A Hagood Avenue, Charleston, SC 29403, Phone (843) 329-8089. POC e-mail address: henry.wigfall@usace.army.mil. Response must be received no later than 4:00 P.M. Eastern Standard Time, on 23 Jun 2009. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial & 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), Small Disadvantaged Business, HUBZone Small Business, or Service-Disabled Veteran Owned 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 Small Business, or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in dredging of navigation channel, dike repair and rehabilitation. 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 three 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, and other references. 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. Additional Info: Contracting Office Address: US Army Corps of Engineers, Savannah, Charleston Office, 69A Hagood Avenue, Charleston, SC 29403 Place of Performance: Georgetown County, South Carolina. US Point of Contact(s): Henry Wigfall; (843) 329-8088
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-S-0302/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Savannah, Charleston Office 69A Hagood Avenue Charleston SC<br />
Zip Code: 29403<br />
 
Record
SN01842936-W 20090613/090612000121-b93fc0f8b2725754a263f03482d9f1aa (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.