Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOURCES SOUGHT

Y -- RECOVERY--Y--PROJECT NUMBER 17560, STOCKTON LAKE, MO, BARGE SERVICES FOR FISH HABITAT STRUCTURE PLACEMENT

Notice Date
9/15/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ09R1045
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
David J. Walsh, 816-389-3352
 
E-Mail Address
US Army Engineer District, Kansas City
(david.j.walsh@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--PROJECT NUMBER 17560, STOCKTON LAKE, MO, BARGE SERVICES FOR FISH HABITAT STRUCTURE PLACEMENT This is a SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform an Indefinite Delivery-Indefinite Quantity (IDIQ) Contract. The contract would remain in effect for 3-years, or until its maximum capacity of $500,000.00 is reached, whichever comes first. The value of each project will range from a minimum of $25,000.00 to a maximum of the $500,000.00. The type of solicitation to issue, and contract to award will depend upon the responses to this sources sought synopsis. The associated North American Industry Classification System (NAICS) code is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $33,500,000.00. Some of these projects may be funded under the American Recovery and Reinvestment Act of 2009 (ARRA). The U.S. Army Corps of Engineers Kansas City District has a requirement for barge services to place rip rap and concrete debris of varying sizes and shapes to increase fish habitat in our lakes throughout the Kansas City District. The contractor will transport the barge to the lake project site, prepare the barge for use on the lake, and move the barge to the Governments loading area. The Government will load the barge with rock and other habitat material. Rocks may weigh up to 2,500 pounds and range in size up to 5 feet in diameter. The contractor will unload the material at predetermined locations on the lake. The barge must be self propelled, draft no more than 6 feet of water when fully loaded, have a minimum cargo capacity of 14 tons, have hauling and dumping capability, and have an accurate depth recorder and GPS navigation system. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423 Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications. To do so requires CCR registration, including an MPIN number. Instructions for the Offeror Representations and Certification Application (ORCA) may be obtained, and required information may be entered at http://orca.bpn.gov. This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is not guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than September 21, 2009 by 16:00 (CST). The response to this notice shall be in summary format and shall not exceed twenty (20) pages. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. At a minimum, please provide the following: 1. Company name; 2. Company mailing address; 3. Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 4. Current socioeconomic status of your company as it relates to (NAICS) Code 237990 5. A brief synopsis of your companys capabilities to meet this requirement. 6. Bonding capacity for projects of this type and magnitude Per the direction of FAR 4.5 Electronic Commerce in Contracting, The Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to david.j.walsh@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE. PLEASE DIRECT ALL QUESTIONS REGARDING THIS NOTICE via EMAIL TO david.j.walsh@usace.army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09R1045/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN01956166-W 20090917/090916002815-45df5d10021bdf059bc158bee91b2931 (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.