Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOURCES SOUGHT

Y -- Houston Ship Channel, Texas in Harris County, Texas, House Tract Placement Area, Interior Rehabilitation, Exterior Levee Rehabiliation and Drainage Ditch Repair.

Notice Date
3/3/2008
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering 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-08-S-0009
 
Response Due
3/18/2008
 
Archive Date
5/17/2008
 
Point of Contact
Lucille Smith, 409 766-3845
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(lucille.r.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Title: Houston Ship Channel, Texas in Harris County, Texas, House Tract Placement Area, Interior Rehabilitation, Exterior Levee Rehabilitation, and Drainage Ditch Repair. The U.S. Army Corps of Engineers, Galveston District has a requ irement 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 capabilit y of potential qualified Small Business Administration (SBA), Certified 8(a) Small Disadvantage Business, Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 23 7990. The Small Business Size Standard is $31.0 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $1 Million to $5 Million. Project Information: The work consists of rehabilitation of the interior of the placement area, which includes excavation of existing haul roads to build stockpile areas, and rehabilitation of the east perimeter levee and e ast exterior drainage ditch. Note: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subc ontracting (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 contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HubZone Small Business receiving a HUBZONE contract for general construction must perform at least 50% of the contract eithe r itself, or through subcontracts with other qualified HUBZONE Small Business concerns. The Contractor shall provide Performance and Payment Bonds within five (5) calendar days after award. The contractor shall begin work within ten (10) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project is three hundred (300) calendar days after acknowledgement of the Notice to Proceed. If the contractor fails to complete the work within 300 calendar days, the co ntractor shall pay liquidated damages to the Government in the amount of $1,077.00 for each calendar day of delay until the work is completed or accepted. If you can meet all of the requirements for this project, please respond to this sources sou ght synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Ms. Lucy Smith, 2000 Fort Point Road, Galveston, Texas, 77550. The fax number is (409) 766-3010. The e-mail address for Ms. Smith is lu cille.r.smith@usace.army.mil . Response must be received no later than 2:00 P.M. central standard time, on 18 March 2008. The following information is required: 1. Name of firm w/address, phone and fax number, and point of contact. 2. Sta te if your company is a certified 8(a) Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business. 3. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). 4. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 5. Qualification : Responses to this sources sought shall indicate specialized experience and technical competence in: EXCAVATION OF EXISTING HAUL ROADS TO BUILD STOCKPILE AREAS , REHABILITATION OF PERIMETER LEVEES AND EXTERIOR DRAINAGE DITCHES. The evaluation will consider overall experience. Provide documentation for your firm on past or similar efforts as a prime contractor. 6. Submission Requirements: Firms submitting responses shall provide information 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 contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms respond ing to this sources sought announcement, who fail to provide ALL of the required information requested, will 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 Ms. Terri Carlson at (409) 766-3176/e-mail terri.carlson@usace.army.mil or Mr. Lynwood Weiss at (409) 766-6323/e-mail lynwood.g.weiss@usace.army.mil .
 
Web Link
Galveston District Website
(https://ebs.swf.usace.army.mil/ebs/)
 
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
 
Record
SN01522581-W 20080305/080303224231 (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.