Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOURCES SOUGHT

99 -- RECOVERY--99--SOURCES SOUGHT FOR EMERGENCY ROCK STOCKPILES AT VARIOUS LAKES AND DAMS THROUGHOUT THE U.S. ARMY CORPS OF ENGINEERS, KANSAS CITY DISTRICT.

Notice Date
8/4/2009
 
Notice Type
Sources Sought
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-1039
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
Carol Hodges, 816-389-3732<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(carol.w.hodges@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement indicating the Governments intent to award 1-2 Firm Fixed price contracts, which will provide for Emergency Rock Stockpiles at Dam Projects throughout the Kansas City District. THIS IS NOT A SOLICITATION AND NO CONTRACT SHALL BE AWARDED FROM THIS ANNOUNCEMENT. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. MOST OF THE WORK WILL BE AWARDED USING FUNDS FROM THE AMERICAN RECOVERY AND REINVESTMENT ACT. Work under the Scope of Work (SOW) involves constructing stock piles of rock and incidental related work at the following lakes and dams: KANSAS: Wilson Lake, Hillsdale Lake, and Clinton Lake. NEBRASKA: Harlan County Lake. MISSOURI: Harry S Truman Lake, Stockton Lake, Smithville Lake. Stockpile materials will consist of large riprap, bedding material, and road aggregate. The riprap must be furnished from a list of approval sources. Materials will be placed in stockpiles not less than 6 feet high. Incidental work may include establishing or upgrading aggregate surfaced haul roads, stockpile pad areas, clearing/grubbing, and quality control testing. The work described above includes the following: 1. Subgrade Preparation: The Contractor shall modify and/or construct access roads, and stockpile pads, including excavation, backfill and compaction as shown on contract drawings and in accordance with contract specifications. 2. Geotextile: The Contractor shall install non-woven geotextile fabric at locations shown on contract drawings and in accordance with contract specifications. 3. Aggregate Surfacing: The Contractor shall provide aggregate surfacing at locations shown on contract drawings and in accordance with contract specifications. 4. Riprap: The Contractor shall provide riprap at locations shown on contract drawings and in accordance with contract specifications. The stones are approximately 27 inches. The riprap shall be from the approved Corps of Engineers Kansas City District quarry list 5. Corrugated Metal Pipe (CMP): The Contractor shall install CMP in the locations and sizes indicated on contract drawings and in accordance with contract specifications. 6. Clearing and Grubbing: The contractor shall provide clearing and grubbing at locations shown on contract drawings and in accordance with contract specifications. 7. Seeding / Mulching: The Contractor shall seed and mulch all unsurfaced areas disturbed by construction, as shown on contract drawings and in accordance with contract specifications. 8. Incidental Construction: Additional work items shown on contract drawings and/or specifications are considered incidental to construction. The associated North American Industry Classification System (NAICS) code is 212312- Crushed and Broken Limestone Mining and Quarrying and the small business size standard is $500,000.00. If additional technical information is required, please contact Carol Hodges at carol.w.hodges@usace.army.mil. Per the direction of FAR 4.5 Electronic Commerce in Contracting, The Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to carol.w.hodges@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than August 14, 2009 by 15:00 (CST). The response to this notice shall be in summary format and shall not exceed ten (10) pages. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. At a minimum, please provide the following: * Company name; * Company mailing address; * Point(s) of Contact including Telephone Number(s) & E-mail Address(es); * The size of your organization (i.e. Large Business, Small Business etc); and * Documentation that your company has completed work of a similar size and scope for each lake project for which your company has an interest. Provide name, title, address, and phone number of 2 or more customers for which you have completed work of a similar nature and size. * Verification that your company has the necessary equipment, staffing, and expertise for the work. * A brief synopsis of your companys capabilities to meet this requirement. * Verification that your company can complete the work described in Kansas (to include Nebraska), Missouri, or both. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423 Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications. To do so requires CCR registration, including an MPIN number. Instructions for the Offeror Representations and Certification Application (ORCA) may be obtained, and required information may be entered at http://orca.bpn.gov. This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is not guaranteed. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-R-1039/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01899034-W 20090806/090805000713-03a86d951626e4ac0a41ead89062bdc2 (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.