Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2013 FBO #4199
SOURCES SOUGHT

Y -- Sources Sought for Various Construction Projects within the Boundaries of the Great Lake and Ohio River Division

Notice Date
5/22/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-13-R-SS02
 
Response Due
6/5/2013
 
Archive Date
7/21/2013
 
Point of Contact
Matthew Wilson, 304-399-5297
 
E-Mail Address
USACE District, Huntington
(matthew.c.wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
17.This is a SOURCES SOUGHT notice for Market Research only to determine the availability of small business firms for a potential small business category set-aside. This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this announcement is to gain knowledge of potential qualified small business sources to include small business in the following categories: Small Business, Small Disadvantaged Business, Certified HUB Zone, Woman-Owned, and Service-Disabled Veteran-Owned for a Multiple Award Task Order Contract (MATOC), primarily for work within the geographical boundaries of the Huntington District but capable of providing services to Government installations and facilities located anywhere within the geographical boundaries of the Great Lakes and Ohio River Division, U.S. Army Corps of Engineers. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 237990, which has a size standard of $33.5 million in average annual receipts. The task orders will generally be $100,000.00 to $3,000,000.00. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1, the contractor shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. The contract(s) would require the contractor to be capable of mobilizing sizeable crews to multiple work sites and possess multimillion-dollar bonding capability. The contractor shall furnish all supervision, labor, supplies, and materials necessary to perform work associated with task orders. The primary objective of this contract is to provide site survey, work plan(s) and/or specifications, construction, maintenance, repair, and/or rehabilitation (MRR) services. The Contractor shall be required to perform/manage all facets of the work such as surveying the problem, recommending a solution and correction of the problem in a timely manner. The Contractor shall maintain the capability to provide quick response for this work. Work requirements shall vary from site to site. Typical tasks performed under this contract could include but are not limited to: 1.Emergency mobilization (within 24 hours) of experienced construction crews capable of handling immediate disaster response, Flood Damage Reduction (FDR), and/or Interim Risk Reduction Measures (IRRM) to multiple work site(s) (capable of running a minimum of 3 jobsites) within the geographic boundaries of the Huntington District (LRH), Great Lakes and Ohio River Division (LRD). 2.Emergency mobilization (within 24 hours) of experienced construction crews (including professional surveying services) capable to support the above with various sized equipment including, but not limited to, dozer(s), end loader(s), dump trucks, etc. intended for use in Dam and Levee Safety. 3.Experience working on and around Levees, Locks and Dams. 4.Land-based stream bank protection and excavation site work. 5.Construction or remodeling of small to large buildings. 6.Small bridge construction. 7.Demolition of small to large structures. The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 15 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity based on the typical tasks listed above. Also provide comparable work performed within the past 5 years. Describe your self-performed effort, brief description of the project, customer name with point of contact information (email/phone), contract number, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. Offeror's must address their capability to perform each of the seven (7) tasks listed. Offeror's who do not provide information demonstrating their capability to perform a specific task(s) will be determined as not possessing the ability to perform that specific task(s). 4) Offeror's type of small business (Small Business, Small Disadvantaged Business, Woman-Owned, HUB Zone, or Service Disabled Veteran Owned. 5) Offeror's Joint Venture information if applicable - existing and potential (This information will not count against the page limitation). 6) Offeror's Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among small business concerns in general, or one of the small business subcategories. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should provide a response by close of business, June 5, 2013. Submit your response to Matthew Wilson via email at matthew.c.wilson@usace.army.mil, or via fax: (304) 399-5281. Electronic submission via email are preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-13-R-SS02/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN03069069-W 20130524/130522235038-e72731705dd801d86a5ccdcc3c43f887 (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.