Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOURCES SOUGHT

Y -- Tema Boat Ramp

Notice Date
1/12/2012
 
Notice Type
Sources Sought
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113MTORP0271
 
Response Due
1/30/2012
 
Archive Date
3/30/2012
 
Point of Contact
Letoria Mayberry, 256-955-5889
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(letoria.mayberry@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT and is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is not a SOLICITATION. This is NOT a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. THIS NOTICE OF PARTICIPATION DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. DESCRIPTION: The Army Contracting Command-Redstone (ACC-R) / U.S. Army Space and Missile Defense Command / Army Forces Strategic Command (USASMDC / ARSTRAT) is seeking potential sources with the capabilities to satisfy a requirement to construct a boat ramp in Tema, Ghana. The Contractor shall construct a concrete boat ramp that is capable of launching a 27' Defender Class Safe Boat. The contractor shall construct an access road running from the boat maintenance facility currently under construction to the new boat ramp. The access road is to be bituminous asphalt paving local to the region. The Contractor is responsible for all terrain clearing (trees, rocks, fences, buildings, debris) as necessary to construct and utilize the boat ramp and access road. The Contractor shall cut a road way opening through the existing security wall for beach access. The Contractor shall coordinate wall cut with local security forces prior to starting this portion of the work. Contractor shall install a new gate and locking mechanism at new Entry Control Point (ECP) established at beach access point that was cut to meet the requirement above. The boat ramp shall meet the following minimum design requirements: * The ramp shall have between fourteen (14) and sixteen (16) feet of fall for every one-hundred feet of run. * The ramp shall have a grooved traffic area / deck plank. * The ramp shall be positioned so it is easily accessed for on-load and off-load by road transportation (such as a boat trailer) traveling on the access road. * The ramp shall protrude into the reclamation area far enough to maintain a 5' minimum launch depth at anticipated low tide. * The boat ramp shall be positioned to access the ocean from the shoreline of the ocean (not from the canal that empties into the ocean). The Government is seeking information on contractors with the capabilities, capacity and interest in supporting the design and construction of the boat ramp. The contractor, independently and not as an agent of the Government, will be required to provide all goods and services at OCONUS locations and must plan accordingly, to include but not limited to Defense Base Act (DBA) insurance, security, shipping and logistics. The contractor, independently and not as an agent of the Government, shall provide all necessary materials, labor, equipment and facilities. The contractor shall do all that is necessary or incident to perform the requirements of this Scope of Work. The specific items / parts that this SOW requires are included in the attachment. CONSTRAINTS A constraint has been imposed on the completion of this task. The principle constraint is: The contractor is encouraged to use private sector (local hires) contractors and workers (to include, but not limited to, laborers and skilled tradesmen) to the extent that each is capable of performing required work, and locally-produced International Building Code (IBC)-approved materials and equipment to the extent each can satisfy contract requirements, including all technical or other specifications. The US Government (USG) recognizes that these constraints may affect timely completion of this project. However, the Contractor shall leverage best industry practices, due diligence, time management, and professional expertise to work within the given parameters. CAPABILITY: To maximize fair opportunity, all firms interested in performing this requirement may reply to this Sources Sought and shall provide the following: (1)Capability Statement (limited to 5 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the Department of Defense, Central Contractor Registration (CCR) database (http://www.ccr.gov); (c) demonstrate the ability to perform the requirement. This statement should specifically describe your firm's ability to provide adequate resources to perform the task. (2) Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work. (3)Contractor's expertise completing OCONUS tasks (limited to 2 pages). (4)NAICS code identified is 238190 with a size status of $14.0M. The contractor shall advise their business size status in their response. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All information related to this procurement will be available on this website through the date of any award. All interested parties capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Letoria Mayberry at letoria.mayberry@us.army.mil by 30 January 2012, 1300 Central Standard Time (CST). Please send your response in PDF or MS Word format. Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED The decision to solicit for a contract shall be solely the Government's discretion. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113MTORP0271/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02653563-W 20120114/120112234426-86de3b49c5cdffe441b86385a86a7c4e (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.