SOURCES SOUGHT
Z -- RECOVERY--Z--Indefinite Delivery/Indefinite Quantity, Gulf Intracoastal Waterway, Texas, Maintenance of Moorings in Jefferson, Chambers, Galveston, Brazoria, Matagorda, Calhoun, Aransas, Nueces and Cameron Counties, Texas.
- Notice Date
- 9/3/2009
- 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-09-S-0041
- Response Due
- 9/10/2009
- Archive Date
- 11/9/2009
- Point of Contact
- Lucille Smith, 409 766-3845
- E-Mail Address
-
US Army Corps of Engineers, Galveston
(lucille.r.smith@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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), Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237990. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. Project Information: The contractor shall provide all plant, labor and equipment for maintaining mooring systems at various locations on the Gulf Intracoastal Waterway. Replace damaged buoys or mooring devises when needed and drive anchors and connect chains when required to establish mooring systems. Two contracts will be awarded as Indefinite Delivery/Indefinite Quantity multiple award task order contracts (MATOC) for a Base Year and 4 Option Years with an estimated maximum limitation of $5,000,000 for both contracts combined. A Best Value/Trade-Off process will be used for this procurement. 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 Subcontracting (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 either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (3) If the decision is to Set-Aside for SBA 8(a) program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees in accordance to Federal Acquisition Regulation 52.219-14. The Contractor shall provide Performance and Payment Bonds within (5) calendar days after award of each individual Task Order Contract. The contractor shall begin work within (15) calendar days after acknowledgement of the Notice to Proceed. Completion time and liquidated damages will be determined by each individual Task Order. 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. Lucille Smith, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-3845. The fax number is (409) 766-3010. The e-mail address for Ms. Smith is Lucille.r.smith@usace.army.mil. Response must be received no later than 2:00 P.M. Central Standard Time, on September 10, 2009. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), HubZone Small Business, or Service-Disabled Veteran Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the task order amount). 5. Please indicate whether your firm will submit a proposal for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 6. Qualification: Responses to this sources sought shall indicate experience and technical competence in performing general marine construction activities including the use of tow boats, barges, pile driving equipment, fork lifts and cranes. The contractor should be competent in steel fabrication, welding, surveying and diving. The sources sought evaluation will consider overall experience. Provide documentation for your firm on past or similar efforts as a prime contractor. 7. 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 responding 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 Mr. Bill Jakeway at (409) 766-3988 or e-mail bill.b.jakeway@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-09-S-0041/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN01939525-W 20090905/090904000937-a037bda173b2eb8200c629382c2b73d0 (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 |