SOURCES SOUGHT
Z -- 17th Street South Sidewalk
- Notice Date
- 4/18/2012
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-S-0025
- Archive Date
- 10/18/2012
- Point of Contact
- Christina Sale, Phone: 410-962-3526
- E-Mail Address
-
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction for the 17 th Street South Sidewalk Area located in Washington D.C. The magnitude of construction is between $250, 000 and $500,000. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: The South Sidewalk project area is part of the National Mall and Memorial Parks and is located in West Potomac Park, bordered by Constitution Avenue to the North, 17th Street to the East, Constitution Gardens to the West, and the World War II Memorial to the South. The construction of the South Sidewalk will be executed as part of the Washington D.C. and Vicinity, Local Flood Protection 17th St. Closure Structure Project currently under construction. The South Sidewalk project includes installation of an irrigation system, sidewalk construction, earthwork, and landscaping improvements including tree plantings, sod, and lighting. Sources interested in the announcement should demonstrate an understanding of general earthwork, landscaping and utility installation. All contractor employees working at the project site must possess a social security card. Employees must be either a US citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work on the South Sidewalk project. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for civil works construction projects. Small businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Service Disabled Veteran Owned SB (SDVOSB) or Women-Owned Small Business (WOSB). Small business contractors must perform 20 percent of the work including the administration of the project. Qualified Small Businesses submit the following information: •1. Company name, address, phone number, point of contact. •2. Indicate business size in relation to the NAICS code 237310. The Size Standard is $33.5M. Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Service Disabled Veteran Owned SB (SDVOSB) or Women-Owned Small Business (WOSB). Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award. Please see www.ccr.gov and www.bpn.gov for additional registration information. •3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in type of work at the similar contract value in similar type of location. •4. Provide 3 examples of projects similar to requirements described above within the past 5 years. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. •5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. •6. Total submittal shall be no longer than 8 pages in one.pdf file. •7. Email responses are required. In addition, this sources sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration (CCR) System, please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement may be sent electronically to christina.sale@usace.army.mil no later than 1:00pm 25 April 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0025/listing.html)
- Place of Performance
- Address: USACE Baltimore District, 10 South Howard Street, Baltimore, Maryland, 21201, United States
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN02725034-W 20120420/120418235117-4377232c1c15f4d963d14a9266bec189 (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 |