SOURCES SOUGHT
Y -- Sources Sources for SDVOSB
- Notice Date
- 1/4/2007
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Indiana State Office, 6013 Lakeside Blvd., Indianapolis, IN, 46278-2933, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-52KY-S-07-0001
- Response Due
- 1/19/2007
- Archive Date
- 2/3/2007
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a Sources Sought announcement seeking potential Service Disabled Veteran Owned Small Business (SDVOSB) contractors capable of constructing various projects throughout the State of Indiana. Please e-mail your response to this message to judith.weber@in.usda.gov under the title heading "SDVOSB Construction Contractor" not later than 4 p.m. EST Friday, January 19, 2007. In an effort to enhance opportunities for such contractors and to increase the U.S. Department of Agriculture, Natural Resources Conservation Service, Indiana State Office's accomplishments in this important socioeconomic category, Indiana NRCS is performing preliminary market research to gauge the level of interest and capabilities of SDVOSBs with regards to potential upcoming acquisitions for Construction Services throughout Indiana. The findings of the preliminary market research will be used in considering a 100% set aside for SDVOSBs, pursuant to the set-aside authority contained in Public Law 19.8, as implemented in Federal Acquisition Regulation (FAR) Subpart 19.14. NAICS code for this acquisition is 237990. The Size Standard is $31 Million. The magnitude of these projects is between: (a) Less than $25,000; (b) between $25,000 and $100,000; (c) between $100,000 and $250,000; (d) between $250,000 and $500,000; (e) between $500,000 and $1,000,000; and, (f) between $1,000,000 and $5,000,000. Projects are subject to the availability of funds. There is no guarantee of work at this time. BRIEF DESCRIPTION OF PROJECT: The contractor shall provide construction services to include but is not limited to, wetland restoration, excavation, tile exploration, placement of riprap, temporary/permanent seeding and/or mulching, construction surveying for layout and quantity estimation, construction of stream channels, installation of structures, removal and installation of culverts, earthfill, construction of various agricultural related structures to include waterways and diversions. REQUIRED RESPONSES: Your review of this information and response to the following questions will be very helpful in determining if these acquisitions may be set-aside exclusively for competition among SDVOSBs. Please review the specifications and technical requirements carefully before responding to this e-mail. (1) Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a prime contractor, provided construction services for projects of similar size and scope (Government or commercial) within the last five years as described in the brief description of project above? If yes, please provide the following information on your three most recent projects: (a) Contracting Agency Address & contracting officer's name and telephone number. (b) Contract Number, date and amount of award, date of completion (c) Description of Items/Services provided under the contract. (d) If any bonding was provided, what was the amount of bonding? (e) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (f) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer. (2) In order to determine if an acquisition can be set-aside for SDVOSBs, the contracting officer must determine that there are a sufficient number of SDVOSBs capable of performing the contract requirement and that award can be made at a reasonable, fair market price. To that end, please provide your firm's individual and aggregate contract bonding capacity. (3) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. (4) Has your firm, or any firm that you would potentially joint venture or team with for a large acquisition of construction services or for any acquisition, ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency (COC) to your firm or teaming partners when the matter was referred to SBA for review and consideration? Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for these construction projects, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Although responses are not required, the information will be helpful in assisting this office, as SDVOSB advocates, in trying to influence the acquisition strategy for the construction project in Indiana by ensuring maximum practicable opportunities for SDVOSBs. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in an SDVOSB set-aside or SDVOSB sole source award, or any other guarantee of award or acquisition strategy. PLEASE NOTE: The Federal Acquisition Regulation (FAR) requires that contractors be registered in the Central Contractors Registration Database and the On-Line Representations and Certifications Application (ORCA) database, prior to being awarded a contract. The first step to register is to obtain a Data Universal Numbering System (DUNS) number which is a unique nine-character identification number provided by the commercial company Dun and Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register on-line at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. After obtaining your DUNS number register in CCR and OCRA by visiting the following websites: http://www.ccr.gov and http://orca.bpn.gov. The CCR Customer Assistance Center can be contacted toll free at 1-888-227-2423. It behooves anyone who is interested in doing work with the Federal Government to begin this process as soon as possible since it can take several days to complete. If the low apparently successful bidder does not become registered in both the CCR and the ORCA database within a time to be specified by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered bidder. Processing time, which normally takes 48 hours, should be taken into consideration when registering.
- Place of Performance
- Address: Throughout Indiana
- Zip Code: 46278
- Country: UNITED STATES
- Zip Code: 46278
- Record
- SN01205030-W 20070106/070104220202 (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 |