Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

Z -- Whitcomb Bayou and Kreamer Bayou, Tarpon Springs, Pinellas County

Notice Date
3/27/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-12-Z-0017
 
Response Due
4/16/2012
 
Archive Date
6/15/2012
 
Point of Contact
Manuela Voicu, 904-232-2757
 
E-Mail Address
USACE District, Jacksonville
(manuela.d.voicu@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. This Announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal and will be used to identify SBA Certified 8(a), HubZone, Service Disabled Veteran-Owned Small Business (SDVOSB), and small business firms for the purpose of determining how the solicitation will be advertised. We are seeking SBA Certified 8(a) Firms, HubZone, and Service Disabled Veteran-Owned Small Business Firms. This sources sought 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. NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. The proposed project will be a competitive firm fixed price contract. The information gained from response to this synopsis will be used to determine the type of solicitation to be issued. The project is located in Tarpon Springs, Pinellas County, Florida. The project consists of two sites, Whitcomb Bayou and Kreamer Bayou. Both work areas are located waterside along local, residential roadways serving as emergency evacuation routes as well as the main thoroughfares through the City and will require traffic control management around construction activities. Whitcomb Bayou proposed work effort consists of approximately 2,000 linear feet of riprap placement along the eastern and southern shorelines. Kreamer Bayou proposed work effort consists of approximately 600 linear feet of bulkhead/seawall along the eastern and southern shorelines. Work includes removal of debris, riprap, seawall, and other revetment; grading of existing waterside slopes for preparation of revetment or seawall; placement of filter fabric, bedding stone, and armor stone (up to 700lbs) potentially down to a mean low water elevation; driving sheet pile and grouted tie-back anchors and installing guardrail. Both project areas are within stands of environmentally sensitive mangroves, and extreme care must be taken when working in their vicinity. Existing roads, trees, docks, and utilities are present in the work and staging areas, and work will be done around them such to avoid any negative impacts. Work along Kreamer Bayou will include working between mangroves and an existing underground utility to place riprap and seawall, and may require hand digging within close proximity of the utility. The Magnitude of Construction is between $ $1,000,000 and $5,000,000. Please provide a Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work. This SOC should be a brief description of your company's capabilities. The potential bidders should provide brief references of relevant work they have performed and the magnitude of construction. Also, interested contractors must include bonding information (on the bonding company letterhead) that the company has the capability to provide bonding up to $5 million. Receipt of potential offerors SOC shall be no later than 16 April 2012 by 4:00 pm. Responses to this sources sought may be faxed, to the attention of Manuela Voicu at (904) 232-2757, mailed to U.S. Army Corps of Engineers, Contracting Division, 701 San Marco Blvd., Jacksonville, Florida 32207; or sent via email to manuela.d.voicu@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Anticipated solicitation issuance date is on or around May/June 2012. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov on or around May 2012. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 237990 and the Small Business size standard is $33.5 million. Contracting Office Address: US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019 Place of Performance: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL 32232-0019 US Point of Contact(s): Manuela Voicu, (904) 232-2757
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-12-Z-0017/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02706708-W 20120329/120327235316-2245b041b6ea3f56381516ac2f6026cd (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.