Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
SOURCES SOUGHT

10 -- Corpus Christi Ship Channel, Dewatering and Levee Raising, Placement Areas (PAs) 1 & 2 (Rincon)

Notice Date
3/13/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W9126G-13-S-0016
 
Response Due
3/26/2013
 
Archive Date
5/12/2013
 
Point of Contact
BERTRAM SCOTT, (409) 766-3940
 
E-Mail Address
USACE District, Galveston
(bertram.r.scott@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - The Solicitation is not available at this time. This notice does not constitute a commitment by the Government. The U.S. Army Corps of Engineers, Galveston District has a future requirement that involves Disposal Area Management Practices (DAMP), also referred to as dewatering. The project will also include incremental levee raising at PA 1 and & PA 2 (Rincon). The project work is located just north of the Harbor (Hwy181) Causeway, on the east side of the Inner Harbor, in Corpus Christi, Texas. The dewatering activities will involve approximately 20,851 linear feet of perimeter ditching and 38,873 linear feet of ditching in PA 1, and approximately 10,740 linear feet of perimeter ditching and 31,801 linear feet of lateral ditching in Rincon PA. The levee raising work proposed at both PA 1 and Rincon PA is optional work for this upcoming project. The execution and amount of levee work will be dependent on the availability of funding. The contract will be Firm-Fixed Price. The North American Industry Classification System (NAICS) Code is 237990 (Size Standard: $20 million). Upon release of the Solicitation a site visit will be required to ensure the contractor is familiar with the site conditions consistent with the placement areas. The Government contemplates awarding of a contract with firm-fixed unit prices resulting from the future solicitation. The contract period shall consist of 120 days for Ditching of PA 1 & 2. For the Option of Levee Work of PA 1 and 2 an additional 100 days will be required. The completion time could vary some depending on the final quantities. Market research is being conducted to determine interest and capability of potential small business sources for this requirement. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The purpose of this sources sought announcement is to gain knowledge of interested, capable and qualified small businesses. If you can meet the above requirements please respond to this sources sought announcement by mail to the attention USAED, Galveston-Contracting Division, ATTN: Bertram Scott, 2000 Fort Point Road, Galveston, TX 77550 or by E-Mail to Bertram.R.Scott@usace.army.mil. To make an appropriate acquisition determination method for the above contract, the Government will use responses to this sources sought announcement, to determine the method (small business, 8(a), etc.) best for the Government. The order of magnitude for this effort is estimated between $1,000,000.00 to $5,000,000.00 (with the option). A small business must perform at least 40 percent of the above project with its own equipment or equipment owned by another small business concern. The contractor will be required to provide Performance and Payment Bonds within five (5) calendar days after award. The contractor shall begin work within ten (10) calendar days after acknowledgement of the Notice To Proceed (NTP). If the contractor fails to complete the work witin the time specified, the contractor shall pay liquidated damages to the Government, in the amount of $1,431.00 for each calendar day of delay, until the work is completed or accepted. Your submission relevant to the above requirement shall include the following information: 1. Cage Code and DUNS number, 2. Name of firm with address, phone, fax, e-mail address and point of contact, 3. State what type of Small Business company you are: i.e. SBA Certified 8(a) firm, Woman Owned, Hub-Zone, etc. 4. Please indicate whether your firm would submit a bid for this project, upon Solicitation release. 5. Qualification: Responses to this Sources Sought announcement shall indicate specialized experience and technical competence. The evaluation will consider overall experience. 6. Submission Requirements: Firms submitting responses shall provide information on the most recent (last five(5) years), up to five (5) like or similar projects that show you can meet the above requirements. Provide a contract number, project location, description of work requirements, contact and phone number for each effort. Proof of Small Business Administration (SBA) registration 8(a) and Hub-zone Small Business shall be provided with this response. If there are technical questions provide them to Bertram.R.Scott@usace.army.mil and you will get a response back from the appropriate technical person. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through the Federal Business Opportunities website at www.fbo.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. The response date for this sources sought is March 26, 2012 at 2:00 PM, Central Time(CT). No collect calls will be accepted. No telephone request or written requests for the market survey will be accepted. Please note: All contractors doing business with the Federal Government must be registered in the System For Award Management (SAM) to receive a government contract. The website for registration is https://www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-13-S-0016/listing.html)
 
Place of Performance
Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
 
Record
SN03010427-W 20130315/130313234238-d3edf9c547b2dcbcb829fa5baffe65e3 (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.