SOURCES SOUGHT
Z -- Gulf Intracoatal Waterway, Texas, Colorado River Locks, Matagorda, Texas, Repair Road, West Lock.
- Notice Date
- 7/16/2007
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-07-S-0015
- Response Due
- 7/31/2007
- Archive Date
- 9/29/2007
- Small Business Set-Aside
- N/A
- Description
- Sources Sought No. W912HY-07-S-0015 Project Title: Gulf Intracoastal Waterway, Texas, Colorado River Locks, Matagorda, Texas, Repair Road, West Lock. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA), Certified 8(a)Small Busi ness, Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237310. The Small Business Size Standard is $31.0 Million. To make an appropriate acquisition decisi on for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is less than $100,000.00. Project Information: The work consists of the contractor shall provide all plant, labor, equipme nt and materials for the following: Scarifying the existing surface and dumping and spreading road grade material on it and then semi-compacting it. The contractor will need barges to get the road material and their equipment to the West lock. The contract or shall be required to conduct work between the hours of 0730 thru 1630, Monday thru Friday. No work will be performed on weekends, Federal Holidays or while under river rise conditions. This work may require closures of the gates during the designated pe riods of work and if so, the contractor shall request through the Lock Master, a Notice to Navigation be issued to marine interests at least (3) calendar days in advance specifying the dates(s), times (s), and duration of the closure in order that navigati on interests may be informed. The contractor shall complete the entire work and ready for use not later than thirty (30) calendar days after acknowledgement of the Purchase Order. This work will be performed on Government property; therefore, the contracto r shall be required to provide insurance in accordance with Federal Acquisition Regulation (FAR) 28.307-2, Liability. In addition, the contractor shall be required to submit a Felony Criminal Records (History) for each contract employee schedule to work on this proposed project. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, or SBA 8(a), the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Sub contracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. NOTE: (2) If the decision is to Set-Aside this procurement for HubZone Small Business, the con tractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (b) (1) A qualified HubZone SBC prime contractor receiving a HUBZONE contract for general construction may meet this requirement itself by expendin g at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contra ctor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. NOTE: (3) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUPART 125.6 (b) (2) In the case of a contract for general construction, the SDVO SBC spends at least 15% of the cost of contract performance incurred for personnel on the concern's employees or the employees of other SDVO SBCs. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Ms. Sharon Lamkins, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-3846.The fax number is (409) 766-301 0. The e-mail address for Ms. Lamkins is: sharon.e.lamkins@swg02.usace.army.mil Response must be received no later than 2:00 P.M. central standard time, on 31 July 2007. The following information is required: 1. Name of firm w/address, phone and fax num ber, and point of contact. 2. State if your company is a certified 8(a), Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business. 3. Please indicate whether your firm will submit a quote for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 4. Qualification: Responses to this source sought shall indicate specialized experience and technical competence in: furnish, deliver and spread r oad grade material (Flexible Base Course). The evaluation will consider overall experience. 5. Submission Requirements: Firms submitting responses shall provide information in a matrix format on the most recent, up to five projects, that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the co ntract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, wil l not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact Mr. Ronny Beesley, Operation Manager, at (409) 766-3997 or Mr. Simon DeSoto, Lockmaster, at (979) 863-2318.
- Place of Performance
- Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Country: US
- Zip Code: 77553-1229
- Record
- SN01343469-W 20070718/070716223947 (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 |