SOURCES SOUGHT
Z -- PHASE 9 SEWER REPAIR
- Notice Date
- 2/25/2010
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10ZFD013E
- Response Due
- 3/15/2010
- Archive Date
- 2/25/2011
- Point of Contact
- Erica Sykes, Contracting Officer, Phone 216-433-5873, Fax 216-433-2480, Email erica.d.sykes@nasa.gov - Angel L. Pagan, NAIS Manager, Phone 216-433-2791, Fax 216-433-5489, Email angel.l.pagan@nasa.gov
- E-Mail Address
-
Erica Sykes
(erica.d.sykes@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement for market research purposes only. Theinformation gained will be used for preliminary planning. The information received willbe used within NASA Glenn Research Center to facilitate the decision making process andwill not be disclosed outside of the agency. A decision will be made whether to issue theproposed solicitation as a competitive set-aside for qualified Small Businesses, SmallDisadvantaged Business, which also include Women-Owned, U.S. Small BusinessAdministration (SBA) certified 8(a), SBA certified HUBZone, and Service-DisabledVeteran-Owned Small Businesses, or whether to issue the requirement as full and opencompetition (unrestricted). THIS IS NOT A SOLICITAITON ANNOUNCEMENT FOR PROPOSALS;therefore no contract will be awarded from this announcement. No reimbursement will bemade for any costs associated with providing information in response to this announcementor any follow-up information requests. This notice does not constitute a Request forProposal (RFP) and is not to be construed as a commitment by the Government for anypurpose other than market research. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTSREGARDING THE EVALUATION. This announcement is to gauge the availability of construction firms experienced in deepsewer installation. This project is the final phase of a series of sanitary sewer repairprojects at NASA GRC. It will require installation of several technically challengingwork items. Quality and Safety are of the utmost importance to NASA GRC. The North American Industry Classification System (NAICS) Code is 237110 (Water andSewer Line and Related Structures Construction) with Small Business Size Standard of$33.5 million. Government Estimated Cost range is $2 - $3.5 million. Interested parties are invited to respond to this Sources Sought announcement bysubmitting a CAPABILITY STATEMENT through email electronically to Erica D. Sykes,Erica.d.sykes@nasa.gov, by Monday March 15, 2010 at 4:00 P.M. E.S.T. Information to be provided SHALL include, but not limited to the following: 1) Contractor information: Provide your firms contact information, such as, name andaddress of firm, size of business; average annual revenue for the past 3 years and thenumber of employees; OSHA 300A forms from the past 3 years.2) Type of Business: Provide ownership, whether they are Small, Small Disadvantaged,8(a), HUBZone, and Women-Owned, Service-Disabled Veteran Owned Business (SDVOB), orVeteran owned Small Business (VOB), For more information on the definitions orrequirements for these small business programs, refer to http://www.sba.gov.3) Experience: Please provide evidence showing experience in the following areas; SewerInstallation 25 35 deep; Installation of large oil/water separators; Jacking andboring or directional drilling of large diameter pipe (12 and up); Structuralrehabilitation of deep brick manholes (40+ deep); and development of flow maintenanceplans.During construction it will be the contractors responsibility to maintain flow100% of the time during construction. Provide the number of years in business; affiliateinformation; parent company; joint venture partners; potential teaming partners; primecontractor (if you are interested as a potential subcontractor); list of customerscovering the past 3 years (highlight relevant deep sewer installations completed),contract numbers, contract type, dollar value of each procurement and customer points ofcontact, addresses and phone numbers); 4) Bonding Capacity: Provide your suretys name, your maximum bonding capacity perproject and your aggregate maximum bonding capacity. CAPABILITY STATEMENTS SHALL BE NO LONGER THAN 10 PAGES IN LENGTH, AND ADDRESS AT MINIMUMTHE AFOREMENTIONED. Technical and procurement related questions shall be directed to:Erica Sykes, (216)433-5873, erica.d.sykes@nasa.gov. or Angel Pagan, (216)433-2791,angel.l.pagan@nasa.gov. In responding, reference REPAIR SEWERS PHASE 9. Respondentsdeemed fully qualified will be considered in any resultant solicitation for therequirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10ZFD013E/listing.html)
- Record
- SN02076506-W 20100227/100226094625-ac707a6817af9e0bcca16ea7fc95e527 (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 |