Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOURCES SOUGHT

Y -- POTENTIAL SOURCES SOUGHT Constructing a mooring facility and floating bulkhead for John Redmond Reservoir in Coffey County, Kansas

Notice Date
8/6/2010
 
Notice Type
Sources Sought
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-10-R-5000
 
Response Due
8/31/2010
 
Archive Date
10/30/2010
 
Point of Contact
Susie Mall, 918.669.7273
 
E-Mail Address
USACE District, Tulsa
(Susie.Mall@swt03.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Construction of a mooring facility and floating bulkhead for John Redmond Reservoir in Coffey County, Kansas. The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of constructing a mooring facility and fabricating, erecting, and placing in to the reservoir a floating bulkhead. This is not a request for competitive proposals or quotations. It is anticipated that the following services will be required: Manufacture and erect, onsite assembly, of the new floating bulkhead, and onsite operations testing of said bulkhead. Contractor will be required to submit a workplan outlining the means and methods for erecting the bulkhead, a workplan outlining the contractor's proposed placement of said bulkhead, and a workplan outlining the proper procedures for mooring the new floating bulkhead. Assembly includes, but is not limited to: structural steel, bolts, valves, handrails, seals, painting, cathodic protection, etc. Potential sources must submit a capability statement of no more than four (4) pages in length, which addresses the following key areas: (1) TECHNICAL - Potential sources must submit a list of recent projects that demonstrate their knowledge and past experience relating to all of the varying types of work described above. Individual task orders under IDIQ contracts should be listed as separate projects. Submit only current and past project and client information that is no more than four (4) years previous and include a brief description of the project, identify the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete date completed, name and title of customer POC and current phone number. (2) BUSINESS SIZE - Potential sources shall identify if they are a large, small, SDB/8a, women-owned or veteran / disabled-veteran owned small business. If the firm is a small business, the response to this synopsis must include how the firm it will meet the Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting for the proposed solicitation (or completed contracts of a similar nature and size) that states as follows, &at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. All interested parties may respond or submit statements of qualifications. This is not a request for competitive proposals or quotations. A determination by the Government not to compete this proposed contract is within the discretion of the Government. All responses are due to US Army Engineering District, Tulsa, District Office, Attention: Susie Mall, 1645 S 101st East Ave, Tulsa, OK 74128, not later than 4:00pm CST on 31 August 2010. This action will be conducted under FSC Y299, SIC 8711, NAICS 237990. The size standard is $33.5M. Please direct all questions to USAED Tulsa, ATTN: Ms. Susie Mall, Contract Specialist, telephone 918-669-7273, fax 918-669-7495, email susie.mall@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-10-R-5000/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CECT-SWT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN02231999-W 20100808/100806235444-c8030fe3a8df662aec648a0a241d794b (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.