Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

Y -- MRG Restoration Project, Albuquerque, New Mexico

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP11R0007
 
Response Due
11/15/2010
 
Archive Date
1/14/2011
 
Point of Contact
Madeline Livermore, 505-342-3240
 
E-Mail Address
USACE District, Albuquerque
(madeline.e.livermore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For MRG Restoration Project Albuquerque, New Mexico This is a SOURCES SOUGHT SYNOPSIS. 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 U.S. Army Corps of Engineers Albuquerque District has been tasked to solicit for and award a project for the restoration of a MRG Restoration Project. The Proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. 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 a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The project includes restoration of 916 acres of the Middle Rio Grande Bosque by (1) improving hydrologic function by constructing high-flow channels, willow swales, and wetlands, and by (2) restoring native vegetation and habitat by removing jetty jacks, exotic species/fuel reduction, and riparian gallery forest restoration. The project area includes locations within the Corrales Bosque Preserve, Pueblo of Sandia, and throughout the Bosque in Albuquerque between Alameda Bridge and I-25. Access to most project areas is along the levee road. More specifically, project features include: five acres of wetland habitat construction, 85 acres of willow swale construction, 115 acres of high flow channel or other water feature construction, removal of jetty jacks, fuel reduction/exotic thinning treatment or re-sprouts throughout all 916 acres, and re-vegetation throughout all 916 acres. Potential restructuring of up to four storm-water drain outfalls are included in the project. Some restoration features include installation of culverts for water movement. Various recreation features are also included: one boardwalk bridge, one riverside drain crossing, up to five pedestrian bridges across restoration features, boat ramp access improvements at up to eight locations, parking lot improvements, trail improvements to natural surface and crusher fine trails, and installation of picnic tables and benches. Estimated Construction Range: Between $10,000,000 and $25,000,000. Duration of this project is estimated to range from Fall 2011 through Spring 2014, excluding summers. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 29 July 2011, and the estimated proposal due date will be on or about 29 August 2011. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 30 September 2011. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: "Offerors name, address, point of contact, phone number, and e-mail address. "Offerors interest in bidding on the solicitation when it is issued. "Offerors capability to perform a contract of this magnitude and complexity (include Offerors experience in similar construction within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) "Offerors Joint Venture information if applicable existing and potential "Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 15 November 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email your response to Madeline Livermore at madeline.e.livermore@usace.army.mil or fax to (505) 342-3496 or mail to 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP11R0007/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02312056-W 20101017/101015234043-951d4734ec97c60fef8c22450e68d72f (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.