Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOURCES SOUGHT

Z -- IDIQ Road Repair, Clearwater Project Office

Notice Date
4/13/2012
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-12-B-0016
 
Response Due
4/23/2012
 
Archive Date
6/22/2012
 
Point of Contact
Marcus Mitchell, 501-324-5720
 
E-Mail Address
USACE District, Little Rock
(marcus.d.mitchell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For IDIQ Road Repair, Clearwater Project Office This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a project/procurement to include pavement repair for Clearwater Project Office. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Description/Scope of Work: Required construction services will include but not be limited to pavement repair, applying asphalt/concrete overlay, single bituminous surface treatment, scarifying, shaping, and compacting existing base course, pavement marking, scarifying shaping, and compacting existing bituminous surface treatment, placing and compacting aggregate base course removing existing concrete pavement and placing stone, and placing fill materials. The solicitation will include the applicable Davis Bacon Act Wage Determinations. The proposed contract is for a base period and 1 to 4 optional annual periods. The number of option periods will be determined prior to issuance of the solicitation. The contract type will be a Indefinite Delivery/Indefinite Quantity Contract (IDIQ) and work will be issued through individual delivery orders. All bidders are required to have a CDL License. Magnitude of Construction may be between: $1,000,000 and $5,000,000.00 NAICS Code: 237310 Small Business Size Standard: $33.5M Federal Service Code: Z2LB Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in providing a proposal on the pending solicitation once issued. 3. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs; at least two of the projects provided must be valued at least by $800,000.00 4. Firm's capability to perform a contract of this magnitude and complexity 5. Firm's small business category and Business Size (Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. 6. Firm's Joint Venture information if applicable - existing 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm CST on 23 April 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to Marcus D. Mitchell, U.S. Army Corps of Engineers, Little Rock District, 700 West Capitol Ave, Little Rock, AR 72203, 501-340-1269, marcus.d.mitchell@usace.army.mil **EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT. **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-12-B-0016/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02722297-W 20120415/120413235642-af265e1803386e382e3968da79aff07f (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.