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

Z -- This is a Sources Sought Synopsis and the Purpose is to enable The Maritime Administration (MARAD) to gain knowledge of the existence of eligible Small businesses, which can repair MARAD’s Berths, which are located in Poland Street Wharf, New Orleans.

Notice Date
11/30/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA-91-POLAND-MR1
 
Archive Date
12/30/2011
 
Point of Contact
Ken Egbuna, Phone: 2023665211, Benedict K. Burnowski, Phone: (202) 366-1932
 
E-Mail Address
ken.egbuna@dot.gov, benedict.burnowski@dot.gov
(ken.egbuna@dot.gov, benedict.burnowski@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS; it is not a solicitation announcement; thus, this synopsis neither solicits for proposals nor bids and no contract will be awarded based on this synopsis; however, this synopsis is a market research tool, which will enable the Maritime Administration (MARAD) to gain knowledge of potential qualified Small Businesses, Hubzone, 8(a) and Service Disabled Veteran owned firms, which are classified under Code 237990 of the North American Industry Classification Code (NAICS). Please be strongly advised that the Responses to this Sources Sought Synopsis will only be used by the MARAD in deciding whether or not to set the subject procurement aside for small businesses and no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. MARAD owns the Poland Street Wharf facility located in New Orleans, Louisiana. This facility consists of one pier that is made up of five berths, which were built at different times with differing construction techniques. Berths 1 and 2 were constructed between 1923 and 1928; Berths 3 and 4 were constructed between 1941 to 1942 and Berth 5 was constructed in 1940's. Furthermore, Berths 1, 2, and 3 are the permanent lay berths for the Cape Kennedy and Cape Knox RRF vessels. These vessels are moored lAW Navy Heavy Weather Mooring Service Type III requirements and do not sortie from the berth during severe weather. Berths 4 and 5 are leased by the Port and used for routine break-bulk cargo operations. An engineering survey to determine and document the condition of the existing structure of all the above-mentioned Berths has been completed by an Architectural/Engineering (A&E) Firm and the survey shows that all the berths are in need of both Critical Repairs and Life Extension project/repairs. Construction-ready repair drawings have been completed for the critical repairs and technical specifications have been completed for the life extension projects based on the survey results. Specifically, the purpose of this Sources Sought Synopsis is to gain knowledge of the existence of eligible and responsible small businesses, which can provide the following Critical Repair services (not Life Extension Repairs) to MARAD: (a) repairs of cracks, spalls, exposed joints and exposed rebar of Berths 4 and 5 (above-deck repairs); (b) mechanical Repairs of Berths 1, 2, and 3 (miscellaneous repairs); (c) electrical Repairs of Berths 1, 2, 3, 4, and 5; (miscellaneous repairs) (d) repair of concrete fender beam of Berth 4 (below-deck repairs); (e) repair of diagonal and horizontal braces of Berth 4 (below-deck repairs) ; (f) repair of steel piling (with section loss) of Berth 5 (below-deck repairs) ; and (g) repair of concrete frontal beam of Berth 5 (below-deck repairs). The duration of the project is 90 days (Base Period) with no Option Period. The estimated magnitude of construction in terms of physical characteristics (scope) and estimated price range is between $1 million and $5 million. The appropriate NAICS code for this procurement is 237990 with a small business size standard of $33.5 Million. Regarding Small Business (SB) Set-Aside Determination, MARAD reserves the right to determine if a small business set-aside is appropriate based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the MARAD to make a small business set-aside determination, it is highly emphasized that SB concerns should provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements this construction procurement. All interested small business concerns are encouraged to submit a brief capabilities statement package (no more than 8 pages in length) addressing the following: (1) business name, address, and point of contact; (2) DUNS number and CAGE code; (3) bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars); (4) statement of capability which demonstrates the ability to perform a contract of this magnitude and complexity, including in-house capability; and (6) relevant past performance information for efforts of similar value, size, and scope within the last five years, including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number. Please be advised that Prior Government contract work is not required for submitting a response to this synopsis. Interested construction contractors are requested to provide a response by 4:00 p.m. (EST) on December 15, 2011. Please submit your response to Ken Egbuna, Contracting Officer, by email only, via ken.egbuna@dot.gov. Please do not submit proposals or bids in response to this Synopsis. Furthermore, be advised that no request for capability briefing will be granted as a result of this Synopsis and no piece of Information/material submitted in response to this Synopsis will be considered as part of any subsequent solicitation requirement. Interested sources who submit proprietary pieces of information are responsible for appropriately marking such pieces of information as proprietary. Contracting Office Address 1200 New Jersey Ave., SE, Washington, DC 20590. Person of Contact Mr. Ken Egbuna, Contracting Officer, MARAD Office of Acquisition, 1200 New Jersey Ave., SE, W28-201, Washington, DC 20590. 202-366-5211 ken.egbuna@dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-91-POLAND-MR1/listing.html)
 
Place of Performance
Address: Poland Street Wharf facility located in New Orleans, Louisiana., New Orleans, Louisiana, United States
 
Record
SN02630646-W 20111202/111130234222-ea81375ac19035cb5fed9cc712bc3d75 (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.