Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

Y -- Raw Water Impoundment Facility

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-13-Z-0040
 
Archive Date
11/19/2012
 
Point of Contact
Whittni C. Wright, Phone: 9126525476, Jennifer L. Murphy, Phone: 912-652-6147
 
E-Mail Address
whittni.c.wright@usace.army.mil, jennifer.l.murphy@usace.army.mil
(whittni.c.wright@usace.army.mil, jennifer.l.murphy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Water Impoundment sources sought announcement : This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government in any contract award. The U.S. Army Corps of Engineers, Savannah District, is conducting preliminary research to determine the market capabilities of potential contractors to support the construction of a Raw Water Impoundment Facility, with an estimated value of $25M. The work will be located on vacant land near the intersection of Hwy 21 and I-95 in Port Wentworth, Georgia. Construction of the impoundment includes clearing and grubbing, construction of access roads, placement of a HDPE liner, associated piping and valves, a mechanical mixing system, 4- 400 hp 21 mgd pumps with VFDs and cans, a 1 MW generator with fuel storage, a pump station and electrical building, electrical service, instrumentation, a powdered activated carbon system with a silo and feed equipment and fencing of the entire facility. Influent and effluent pipelines will be required between the impoundment and the existing City of Savannah water line. The estimated construction duration for the impoundment construction is 365 days after notice to proceed. All interested firms with 236220 as an approved NAICS code have until 16 November 2012 at 2:00pm to submit the following information: - Name & Address of your Firm - Point of Contact (name/phone/email) - DUNS number and CAGE code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC)] The Government must be able to verify SBA certification of Hubzone, 8(a) and SDB via SAM. - Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. - Evidence of capabilities to perform comparable work on three recent projects (not more than five years old). Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, secure facility, phased renovation, etc.), completion date, total contract construction value, whether it was design-build. construction only, renovation or rehabilitation, and your company's level of involvement in the project, i.e. subcontractor (type), prime, GC, specific role etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with email address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a small business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 51% of the profits and managerial function will go to and be performed by the small business. Likewise, if you are an 8(a) firm intending to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation or if the Government cannot verify that your business is as such. The requested information shall be submitted hard copy along with one (1) copy of CD-ROM via FEDEX or UPS to: Whittni.C.Wright@usace.army.mil U.S. Army Corps of Engineers ATTN: Whittni Wright 100 W. Oglethorpe Avenue Savannah, GA 31401 Electronic copies will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-13-Z-0040/listing.html)
 
Record
SN02922845-W 20121103/121101234438-f14c01bf2507a55f6a91081c5d52ef57 (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.