Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOURCES SOUGHT

Y -- American Samoa - (1) Aunu'u Small Boat Harbor, (2) Route 009 Amaluia Village Embankment and Shoreline Protection, and (3) Agasi Bridge Shoreline Revetment

Notice Date
11/30/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-Z-0008
 
Response Due
12/14/2011
 
Archive Date
2/12/2012
 
Point of Contact
Sean Sackett, 808-438-8578
 
E-Mail Address
USACE District, Honolulu
(sean.p.sackett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement 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 award a contract. The U.S. Army Corps of Engineers, Honolulu District is performing market research for the following three (3) potential construction requirements. Respondents should also consider the isolated geographical location of this project - American Samoa is located approximately 2,252 nautical miles southwest of Honolulu, Hawaii, where substantial mobilization efforts and transportation costs should be taken into consideration: (1) Project description: Aunu'u Small Boat Harbor project involves repairing existing revetments and wave absorber at the facility on Aunu'u island. Aunu'u island is located one mile off the southeast coast of Tutuila - opposite the village of Auasi. Revetment repair includes removing and re-setting cracked and dislodged armor stones ranging in size from 300 lb to 5.4 tons, replacing voids in the structure with tremie concrete-filled geotextile bags, and vegetation and tree removal. Wave absorber repair includes demolishing and rebuilding approximately 275 linear feet of the existing waver absorber with a bedding layer, underlayer of 600 to 1,000 lb stone and armor layer of 3.2 to 5.4 ton stones, and 6 to 8 ton oversized toe stones notched into a hard substrate. Some work will take place in-water. Miscellaneous obstructions including but not limited to concrete tribars and a wooden fale would need to be removed, relocated, and/or reconstructed. There is an existing 70-foot wide, 140-foot deep and 175-foot long access channel, service dock and launch ramp at Aunu'u Small Boat. The North American Industry Classification code (NAICS) is 237990. This requirement may be awarded as a firm-fixed price construction contract. The project magnitude is $500,000.00 to $1,000,000.00. (2) Project description: Route 009 Amaluia Village Road Embankment and Shoreline Protection, Amaluia, American Samoa: this project requirement is to extend one end of the existing shore protection structure located on the east end of Amaluia Village, Island of Tutuila by approximately 230 LF (Linear Feet). The structure protects the embankment of the coastal road of Route 009. Work includes placing compated fill; constructing 230 LF extension to the existing revement (consists of 1000-1700 pound armor stones over a layer of 100 to 200 pound stones); extending an existing outlet of a 24 inch drain culvert pipe; installation of new guardrails; installation/removal of temporary erosion/sediment control features and traffic control during construction of the structure. The North American Industry Classification code (NAICS) is 237990. This requirement may be awarded as a firm-fixed price construction contract. The project magnitude is $500,000.00 to $1,000,000.00. (3) Project description: Replace approximately 500 LF of shoreline revetment (from Agasi Bridge to Le'atele School); repave existing AC pavement with PCC pavement totaling approximately 2,100 LF (from Le'atele School to Leele Bridge); rehabilitate concrete bottom face of the top slab of Agasi Bridge; approximately 60 LF of bank erosion protection for Agasii Stream; construct new culvert at approach to Le'atele School;and rehabilitate an inlet catch basin that were damaged by the tsunami. The North American Industry Classification code (NAICS) is 237310. This requirement may be awarded as a firm-fixed price construction contract. The project magnitude is $1,000,000.00 to $5,000,000.00. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT IF IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Firms responding to this sources sought synopsis, 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 synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1) Name of firm with address, phone and point of contact. (2) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (3) Size of firm including category of small business, such as 8(a), HUBZONE, or SDVOSB, large business (4) Letter from the surety stating Firm's Bonding Capacity (5) Your firm shall identify which of the three individual projects your firm intends to submit a proposal for when it is formally advertised. Your firm shall also include a Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, up to three past projects for which your firm was the prime contractor. The SOC shall not exceed three (3) pages in length per individual project requirement, for an aggregate total of (9) nine pages. Total number of pages under submission requirements shall not exceed eleven (11) pages in length. Where to send responses: Submit responses to Mr. Sean Sackett via email at sean.p.sackett@usace.army.mil Response deadline: December 14, 2011 at 10:00 a.m. (Hawaiian Standard Time)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-Z-0008/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02630499-W 20111202/111130233954-ef7c07bb50800be9f0e983f9c69ef874 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.