Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOURCES SOUGHT

Z -- Storm Water Build Out, Marine Coprs Support Facility, Blount Island Command, Jacksonville, FL

Notice Date
5/13/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, MAYPORT Bldg 1966, P. O. Box 280073 Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6945010RMCSF
 
Response Due
5/20/2010
 
Archive Date
6/20/2010
 
Point of Contact
Edwin L. Wilcher, Contract Specialist, (904)270-3179 or Angela Bushey, Contracting Officer, (904)270-7141
 
E-Mail Address
edwin.wilcher@navy.mil
(edwin.wilcher@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking all qualified small business concerns with current relevant qualifications, experience, personnel, and capability to perform. PROJECT DESCRIPTION: The contractor shall provide all labor, material, equipment, transportation and supervision necessary for reshape of storm water Ponds A and C Build Out and perform any incidental related work to the reshaping Ponds A and C. Contractor shall perform work in accordance with the Final Plans "USACE MOBILE DISTRICT - MARINE CORPS SUPPORT FACILITY BLOUNT ISLAND - BLOUNT ISLAND STORMWATER PONDS A & C" and approved State and Federal permits, particularly, the St. Johns River Water Management District (SJRWMD) ERP #4-031-35866-36 as modified October 4, 2007. The magnitude of Construction is between $5,000,000.00 and $10,000,000.00. Base bid consists of reshaping Ponds A and C. The preliminary calculations for volumes indicate that for both ponds the total project will involve approximately 500,000 CY of cut and fill. Pond C roadway enhancement will be a separate bid option. Additional details will be provided in the solicitation when issued The Contractor will be responsible for employing the services of a Florida registered professional Engineer to obtain all necessary permits for this work, including but not limited to, any modifications to the aforementioned SJRWMD permit. The Engineer shall also ensure that the pond is constructed in accordance with the design as permitted by the SJRWMD and that, upon completion of construction, all necessary pond certification documentation is submitted to the SJRWMD and a release secured. The Contractor will be responsible for payment of all associated fees for this work including permitting fees. The pond construction will be deemed acceptable by the Government upon receipt of formal notification of acceptability from the SJRWMD. The North American Industry Classification System (NAICS) Code is 237990 Other Heavy and Civil Engineering Construction, with a Small Business Size Standard of $20,000,000.00. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement identifying at least two completed projects within the last eight years that are similar to the construction work and of similar size, scope and complexity of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: 1. Identify whether your firm is an SBA certified 8 (a); HUBZone; SDVOSB; or Small Business concern. Provide proof of SBA certification for either 8a or HUBZone status. You must be an approved SBA firm (including Mentor-Protege Joint Venture firms) at time of this sources sought announcement to submit a response and be considered as a valid contractor. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 2. Bonding Capacity: Provide surety's name, telephone number and point of contact, your maximum bonding capacity per project, and your maximum aggregate bonding. 3. Provide examples of projects performed as a Design-Bid-Build prime contractor within the last seven years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 4. Provide recent project examples demonstrating experience in storm water pond build out(s), storm water pond construction or storm water pond modification(s). The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein (limited to two (2) pages. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Please respond to this announcement by 20 May, 4:00 pm eastern time by submitting your Capabilities Statement via email to edwin.wilcher@navy.mil. The subject line of the email shall read Storm Water Build Out, Ponds A & C, MCSF Blount Island, Jacksonville, FL. Emails shall not be more than 10MB in size. If additional space is needed, more than one email may be sent. Responses that do not meet all requirements or are submitted after the deadline will not be considered. The ultimate end product of this sources sought will be an electronic solicitation, which can be downloaded from the NECO and FEDBIZOPPS website at https:/neco.navy.mil and http://fbo.gov in the May-June timeframe. Please do not contact for status prior to then
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272B/N6945010RMCSF/listing.html)
 
Place of Performance
Address: US Marine Corps Support Facility, Blount Island Command, Jacksonville, FL
Zip Code: 32226
 
Record
SN02149264-W 20100515/100513235601-5e2dd5aeb38404b93f6ded97b885b2f7 (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.