Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
MODIFICATION

Y -- Poplar Island Spillway #1 Modification

Notice Date
3/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-R-0034
 
Response Due
4/9/2015
 
Archive Date
5/25/2015
 
Point of Contact
SHARLA ANDREWS, 4109622708
 
E-Mail Address
USACE District, Baltimore
(sharla.r.andrews@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCE SOUGHT SYNOPSIS Poplar Island Spillway #1 Modification Chesapeake Bay between Jefferson and Coaches Islands W912DR-15-R-0034 This is a SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT ONLY. This synopsis is market research tool being utilized for information from industry, which will be used for preliminary planning purposes. Only firms who respond to this announcement by submitting the requested information will be used in determining whether to set-aside this requirement. Please do not respond to this notice unless you intend to submit an offer when the official solicitation is released. NO proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Responses in any form are not offers. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow-up information. No telephone calls will be accepted requesting a bid package or solicitation. Respondents will not be notified of the results of this synopsis. At this time, a SOLICITATION DOES NOT exist. The U.S. Corps of Engineers - Baltimore District is seeking sources for a construction project entitled, Spillway#1 Modifications. This will be a firm-fixed price construction contract. The place of performance is at Poplar Island. Construction magnitude is between $500,000 and $1,000,000. The anticipated North Industry Classification System (NAICS) for this requirement is 237990 (Other Heavy and Civil Engineering Construction) and Business Size Standard of $33.5 Million. Responses to this announcement are due not later than 10:00 A.M. EST, Thursday, 09 April 2015. The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB), capability and interest in performing this requirement. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Certified 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Be advised that this requirement may be canceled or revised at any time during solicitation, selection, evaluation, negotiation, and award. In addition, no projects are yet authorized and no funds are presently available for this requirement. To be eligible for contract award, a firm must be registered in the Government's System for Award Management (SAM) website: https://www.sam.gov/portal/SAM/#1 PROJECT DESCRIPTION: Poplar Island is located approximately 20 minutes by boat from Tilghman Island. Poplar Island is located in the Chesapeake Bay between Jefferson and Coaches Islands. All the construction will be on Poplar Island in Cell 6. The purpose for this contract is to modify Spillway #1 by raising the structure, slim line the existing discharge pipes and demolition of two existing steel structures. GOVERNMENT SUPPLIED MATERIALS: The Government will supply the constructions plans and specifications. PROJECT ASSUMPTIONS: Contractor is required to supply all costs, materials and transportation to complete the construction of the Government furnished plans and specifications. CONTRACT DELIVERABLE: The Contractor shall provide a completed project per the constructions plans and specifications. PERIOD OF PERFORMANCE: The construction duration will be approximately 120 calendar days. INTERESTED SOURCES: Interested sources must submit a narrative demonstrating their qualifications to perform work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. Contractors should present and identify all expertise, types and number of equipment, bonding limit, and name and number of personnel. The Contractor must have access to equipment to perform the work they will perform, and should describe the elements of work they would likely self-perform. The Contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. Narrative shall be no longer than 10 pages. Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. SUBMISSIONS: Must submit the following at a minimum: 1. Company name, address, phone number, and email address for a point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women- Owned Small Business (WOSB. 3. Indicate the primary nature of your business. 4. What percentage of work can you perform with your equipment? 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Email responses are required. Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 A.M. EST on 09 April 2015. All interested firms must register in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.sam.gov for additional registration information. Email your response to Sharla Andrews, sharla.r.andrews@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-R-0034/listing.html)
 
Place of Performance
Address: Poplar Island Chesapeake Bay between Jefferson and Coaches Islands Talbot County MD
Zip Code: 21665
 
Record
SN03680123-W 20150328/150326235325-1f9a87c44c264bf7cbd544523e2b1c30 (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.