Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOURCES SOUGHT

Z -- McMillan Water Treatment Plant - Caustic Soda Containment Area Repair - Washington Aqueduct

Notice Date
7/30/2012
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR12R0085
 
Response Due
8/8/2012
 
Archive Date
10/7/2012
 
Point of Contact
Brandy Nicole Thomas, 4109624888
 
E-Mail Address
USACE District, Baltimore
(brandy.n.thomas2@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS For McMillan Water Treatment Plant McMillan Caustic Soda Containment Area Repair Washington Aqueduct This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will 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 Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Baltimore District has been tasked to solicit for and award a project/procurement for Caustic Soda Containment Area Repair. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued 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 industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, Veteran Owned, and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate.. Description/Scope of Work: The Contractor shall clean the entire containment area by flushing and scraping all caustic soda residuals from the interior surfaces of the containment area. Seal the containment area to prevent future leaks breaching the containment. In the basement area clean all caustic soda residue from the existing ceiling slab, walls, floors, pipes, and equipment. Core drill and install three additional 3" containment area floor drains and PVC drain piping below the slab and connect them to the primary floor drain line. Magnitude of Construction: Between $250,000 and $500,000 NAICS Code: 237110 Small Business Size Standard: $33.5M Federal Service Code: Z1NE Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs. 4. Firm's small business category and Business Size (Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. 5. Firm's Joint Venture information if applicable - existing 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Firm's shall respond to this Sources Sought Synopsis no later than 12:00pm EST on 8 August 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Brandy N. Thomas, brandy.n.thomas2@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR12R0085/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02819810-W 20120801/120730235432-034189277495e54f195c9106568334c3 (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.