Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOURCES SOUGHT

Y -- Sources Sought Synopsis - Tsunami Repair of Amaluia Village, American Samoa

Notice Date
7/18/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-Z-0019
 
Response Due
8/3/2012
 
Archive Date
10/2/2012
 
Point of Contact
Dayna N. Matsumura, (808)835-4379
 
E-Mail Address
USACE District, Honolulu
(dayna.n.matsumura@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Honolulu District, is performing market research for the following potential construction requirement: The U.S. Army Corps of Engineers, Honolulu District (POH) has a requirement for the repair of Amaluia Village which is located off the southwest coast of Tutuila, American Samoa. American Samoa is a territory of the United States located approximately 2,560 miles south-west of the State of Hawaii. Construct approximately 250 LF of shore protection for the adjacent Route 009 road embankment along the eastern coastline of Amaluia Village. Route 009 is a two lane roadway and serves as the sole thoroughfare connecting the island. The new structure will be built and extend one end of the existing revetment structure (which was built in 2003) and consists of 1,000 to 1,700 pound armor rocks placed over an under layer of 100 to 200 pound stone. Other associated improvements to be implemented along the same stretch are the following: 1)Clean out an existing catch basin and 24" drain line and extending the line at the outlet end by approximately 10 LF. Outlet end will terminate at the road embankment with a grouted rip rap (GRP) apron. 2)Install approximately 250 LF of guardrail. 3)Restore the road shoulder adjacent to the revetment by constructing a CRM retaining wall and backfilling with select fill up to the road elevation. This is a design-bid-build project. The North American Industry Classification code (NAICS) is 237990 -- Other Heavy and Civil Engineering Construction. This requirement will be awarded as a firm fixed price construction contract. The project magnitude is between $1,000,000 and $5,000,000. The Government may use responses to this sources sought synopsis to make an appropriate acquisition decision for this project. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. Respondents should also consider the geographical location of this project. Substantial mobilization efforts and transportation costs should be taken into consideration. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name of firm with address, phone and point of contact. Indicate whether or not your firm is a U.S. firm or a foreign firm. (3) If available, CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information. (4) Size of firm including category of small business, such as 8(a), HUBZone, WOSB, or SDVOSB, large business. (5) Firm's Bonding Capability and Capacity, in terms of U.S. dollars (performance and payment bonds will be required). (6) Statement of Qualifications (SOQ): Describe up to three (3) past projects for which your firm was the prime contractor, and where at least one of those projects was performed outside the US and its territories. The SOQ shall not exceed three (3) pages in length. Please address your skills, experience, knowledge, and equipment required to perform the specified type of work, specifically: 1) Coastal shoreline protection and/or breakwater construction experience performed by the responding firm. This type of experience involves working on harbors, coastal protection and other various shoreline facilities that require constructing a structure of similar nature and feature as the proposed project. The focus of this experience involves knowledge and past experience of constructing coastal protection while being subject to ocean waters and its tidal and wave actions; specific expertise with equipment, safety (construction and traffic), and protection of the surrounding environment associated with this project and proximity to the marine habitat. 2) Familiarization and capability for working in American Samoa. This type of experience involves construction work in American Samoa, a Territory of the United States which is remote in reference to its population, economics, and its transportation infrastructure/support. Familiarization should exhibit an understanding or knowledge of the environment, including logistical considerations, local labor force dynamics, local laws, customs, and subcontracting opportunities. The focus of this experience is to mitigate unnecessary costs to the Government associated with mobilization and un-familiarization with the location. Firms responding to this sources sought synopsis, 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 synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT IF IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Where to send responses: Submit responses to Dayna Matsumura via email at Dayna.N.Matsumura@usace.army.mil Response deadline: August 3, 2012 at 1:00 p.m. (Hawaiian Standard Time) Place of Performance: Tutuila, American Samoa Contracting Office Address: USACE District, Honolulu, Building 230, Room 103, Fort Shafter, HI 96858-5440 Point of Contact(s): Dayna Matsumura, 808-835-4379 email address: Dayna.N.Matsumura@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-Z-0019/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02806569-W 20120720/120718234725-37e0560f7a101a0ea00ef6ec0e7fb3ff (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.