Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOURCES SOUGHT

C -- REPAIR SAMPSON STREET BRIDGE AT THE NAVAL STATION, GREAT LAKES, ILLINOIS

Notice Date
2/19/2010
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N40083 NAVFAC MIDWEST 201 Decatur Avenue Building 1A GREAT LAKES, IL
 
ZIP Code
00000
 
Solicitation Number
N4008310R0025
 
Response Due
3/8/2010
 
Archive Date
3/23/2010
 
Point of Contact
TERRYLL ZADE, CONTRACT SPECIALIST/CONTRACTING OFFICER, 847-688-2600 EXT 417
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE - REPAIR SAMPSON STREET BRIDGE POTENTIAL Small Business, 8(a), HubZone, or Service Disabled Veteran Owned Small Businesses The intent of this Sources Sought Notice is to identify potential Small Business, 8(a), HUBZone or Service Disabled Veteran Owned Small Business firms capable of design/build for a repair-by-replacement of Sampson Street Bridge at the Naval Station, Great Lakes, IL. Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois is seeking either individual firms or Joint Venture firms nationwide capable of performing design/build for a repair-by replacement of Sampson Street Bridge at the Naval Station, Great Lakes, IL. The estimated cost of this potential project is $7,000,000.00 to $8,500,000.00. The NAICS code is 237310 with the annual size standard of $33.5 Million. The proposed procurement is being considered as a set-aside under small business, section 8(a), HUBZone or Services Veteran Owned Small Business Program. 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 an Small Business, 8(a), HubZone or Service Disabled Veteran Owned Small Business set-aside acquisition. Interested Small Businesses, 8(a)'s, HubZone, or Service Disabled Veteran Owned Small Businesses must submit their SOC capabilities. The SOC must describe in detail the firm's capability to design and construct a repair-by-replacement Samson Street Bridge within the estimated dollar range ($7,000,000.00 and $8,500,000.00). The SOC may be submitted electronically to terryll.zade@navy.mil or by hard copy to Terryll Zade, 201 Decatur Avenue, Bldg. 1A, Great Lakes, IL 60088-2801. PROJECT DESCRIPTION: REPAIR SAMPSON STREET BRIDGEThis project is design/build for a repair-by-replacement of Sampson Street Bridge at the Naval Station, Great Lakes, IL. The Sampson Street Bridge is a three span closed spandrel concrete arch structure that is approximately 345-ft long and 40-ft wide. The bridge superstructure system is a three span, with two spans at 120'0" and the center span at 105'0". The clear roadway width, curb to curb, is 27'4". There are 4'5" wide sidewalks on each side of the bridge along with new aluminum bridge rails. The substructure is comprised of two concrete abutments on spread footings and two wall type piers found on timber piles, according to previous bridge inspection records. Sampson Street Bridge is a three span closed spandrel concrete arch with cinder fill that was constructed in 1926 and is considered a "contributing property of minor significance to the Historic District". SUBMITTAL REQUIREMENTS (STATEMENT OF CAPABILITIES)1)Full name and address of firm;2)Year firm was established;3)Names of two principles to contact (including their titles, telephone and fax numbers);4)Provide proof of 8(a) or HubZone or Service Disabled Veteran Owned Small Business Certification;5)Registered in the Department of Defense Central Contractor Registration (CCR) database;6)Licensed/Bonded and fully capable to perform construction work under the NAICS Code 237310;7)Positive statement of eligibility as either a individual firm or Joint Venture under NAICS Code 237310, with an average annual gross revenue of not more than $33.5 million for the last three complete fiscal years;8)Certifications/Resumes and past performance documentation of a minimum of three previous projects between $7,000,000.00 and $8,500,000.00 million and completed within the last five years. Projects must be similar in size, scope and complexity to this project. Include prior experience of key company personnel both in prime/joint venture relationships and all planned major subcontractors, experience in mobilizing and managing a large workforce;9)Must provide verifiable proof of your bonding capability up to $8.5 million for a single contract;10)Information relative to past performance on contracts of this type. 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. Include information for similar contracts currently in progress or completed within 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;(c)Administrative contract officer's name, current telephone number;(d)Contracting Officer's technical representative or primary point of contact name and current telephone number;(e)Period of Performance (start and completion dates);(f)Basic contract award and final contract value;(g)Summary of contract work.11)Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. Interested parties to mail/submit their responses to NAVFAC Midwest, Attn: Terryll Zade, 201 Decatur Avenue, Bldg. 1A, Great Lakes, Illinois 60088-2801 or via e-mail to terryll.zade@navy.mil. Receipt of potential offeror's sources sought package shall be received no later than Monday, March 8, 2010 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 Proposals (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 technical, 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 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950/N4008310R0025/listing.html)
 
Place of Performance
Address: NAVAL STATION GREAT LAKES, GREAT LAKES, IL
Zip Code: 60088
 
Record
SN02070049-W 20100221/100219235610-fe5a935ff7e0990a77633e61a2322f9e (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.