SOURCES SOUGHT
Z -- Gulf Intracoastal Waterway, Texas, Brazos River Floodgates in Brazoria County, Texas, Rehabilitate East and West Floodgates and Guide Walls
- Notice Date
- 4/15/2010
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-10-S-0009
- Response Due
- 4/22/2010
- Archive Date
- 6/21/2010
- Point of Contact
- BERTRAM SCOTT, (409) 766-3940
- E-Mail Address
-
USACE District, Galveston
(bertram.r.scott@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 A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOUCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. 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. The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000.000.00. Project Information: The contractor shall provide all plant, labor and equipment for removal, rehabilitation, and replacement of sector gates, including cleaning; sandblasting; electrical and mechanical rehabilitation; welding; painting; installation of temporary fenders; and replacement of Cathodic Protection System. Repair of Guide walls will include replacement of timbers and tangent plates. 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. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project is (410) calendar days after acknowledgement of the Notice to Proceed. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount of $761.00 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 sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Mr. Bertram Scott, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-3940. The fax number is (409) 766-3010. The e-mail address for Mr. Scott is Bertram.R.Scott@usace.army.mil. Response must be received no later than 2:00 P.M. Central Standard Time, on April 22, 2010. 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 VeteranOwned 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 contract amount). 5. 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. 6. Qualification: This procurement will be for repairs to guidewalls at the Brazos River Floodgates. Responses to this sources sought shall show the Contractor has equipment (tug and barge), experience, technical competence and expertise to work at one of the busiest marine locations in the country. The work will be conducted in a manner so as to obstruct navigation as little as possible. Traffic on the Gulf Intracoastal Waterway will be stopped for a maximum of 9 hours each day before the channel is opened up to allow un-restricted flow of barge traffic. The failure to adhere to the shortest construction period could delay delivery of product to and from various major petroleum, chemical, and other refining facilities along the Texas coast that are served by channels connecting to this critical waterway artery. The 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. Ronny Beesley at (409) 766-3997, e-mail ronny.l.beesley@usace.army.mil or Ms. Terri Carlson at (409) 766-3176, e-mail terri.carlson@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-10-S-0009/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN02123645-W 20100417/100415235649-7d59a9c7cda21b29b5481a35b2f0f0a4 (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 |