Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SPECIAL NOTICE

Y -- FLOOD CONTROL, MISSISSIPPI RIVER AND TRIBUTARIES

Notice Date
3/6/2012
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-12-SS-0001
 
Archive Date
6/4/2012
 
Point of Contact
Janalyn H. Dement, 601-631-5354
 
E-Mail Address
USACE District, Vicksburg
(janalyn.h.dement@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted by the Vicksburg District, Corps of Engineers. The purpose of this survey is to determine the availability, capability and interest of Small-Businesses, SBA (8a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) and HUBZone Small Business concerns. The work consists of a fixed price contract for furnishing all plant, labor, materials and equipment, and constructing three (3) new dikes at Yucatan in Tensas Parish LA. Principal features of the work include mobilization and demobilization, furnishing and placing approximately 486,000 tons Graded Stone "A" and approximately 18,000 tons Graded Stone "C", clearing, grubbing, snagging, and excavation and environmental protection. The contractor shall begin performance within 10 calendar days and complete it within 150 calendar days after receiving the notice to proceed. This work will be performed in the Mississippi River and varying water depths and currents may be encountered. Currents usually encountered at the sites of the work during low water period may vary from about one mile per hour to about six miles per hour. Construction of the dikes will require both floating plant and land based equipment. The work shall be completed as expeditiously as possible even though river conditions may become increasingly severe as construction progresses. The work requires steady and uninterrupted progress to minimize loss of stone during construction. The estimated value of the proposed work will be over $10,000,000.00. The applicable NAICS code for this procurement is 237990 with a size standard of $33.5 million. Firms responding to this announcement are requested to demonstrate in writing their capability of performing this project by addressing the following items, numbered one (1) through five (5). (1) Provide the Firm's name, address, and the size of the firm and its socio-economic status (Small, 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), or HUBZone Small Business). (2) Provide five examples of similar projects that have been performed within the past five years. Each project should have a detailed project description and include the amount of the project, and the beginning and end dates of the project. These projects should be relevant in terms of size, scope, and complexity. (3) For the five relevant example projects requested in item (2), indicate whether you were the prime or a subcontractor. If you were the prime, indicated what percentage of the work you performed. If you were a subcontractor, identify your role in the contract and why that role is relevant. (4) Provide a list of the firm's current on-going projects, their bonding amount, their expected completion date the name, point of contact, and phone number of the prime contractor's bonding company. (5) Provide evidence of current bonding capability. Responses are required no later than 14 March 2012. Responses should be addressed to the U.S. Army Corps of Engineers, Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-8540 ATTN: Janalyn Dement (CEMVK-CT-C). Firms interested shall provide the above documentation, in one original form. Responses shall be limited to 10 pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. Please note that this is NOT a request to be placed on a solicitation mailing list nor is it an Invitation for Bids (IFB) or an announcement of a solicitation. The purpose of this market survey is to determine if a set-aside under one of the small business programs is appropriate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-SS-0001/listing.html)
 
Record
SN02689906-W 20120308/120307120224-5fd2a95020179effb57fcf01a1fd28cb (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.