Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2013 FBO #4064
SOURCES SOUGHT

Z -- Maintenance Dredging, Lease of Plant, New Jersey Intracoastal Waterway

Notice Date
1/7/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-13-LOP
 
Point of Contact
Michael J. Toth, Phone: 2156563241, Joseph T. Bujnowski, Phone: 2156566761
 
E-Mail Address
michael.j.toth@usace.army.mil, joseph.t.bujnowski@usace.army.mil
(michael.j.toth@usace.army.mil, joseph.t.bujnowski@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: The plant and equipment to be furnished under this contract includes the Lease of a 12-14 inch hydraulic pipeline dredge with operating personnel and attendant Plant; Tugboat with operating personnel and Deck Barge; D-4 dozer or equivalent with operator; Crawler mounted dragline with operator; and Sluice Weir and Steel Drainage Pipes. The Government-furnished disposal area available for use under this contract is Shad Island Disposal Area. Award of a firm fixed price contract is anticipated in March 2013. Contract duration is not to exceed 31 August 2013 and estimated cost range is between $500,000 and $1,000,000. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 237990 and the size standard is $33.5 million. Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), Woman Owned, or Service Disabled Veteran Owned Business contractors should submit a narrative demonstrating their experience in similar type contracts. Contractors experience must include a minimum of three (3) projects over the last three (3) years, which required de-watering, installation of gabions, and placement of geogrid mattress. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. Responses should be sent to Michael J. Toth (Michael.J.Toth@usace.army.mil) and Joseph T. Bujnowski (Joseph.T.Bujnowski@usace.army.mil) via email on or before January 14, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-13-LOP/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN02960344-W 20130109/130107234247-33c9abfbff700a979982edd286d9cab4 (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.