Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2013 FBO #4396
SOURCES SOUGHT

Y -- Construct Bulkhead Mooring Location at Hugo Lake, Oklahoma

Notice Date
12/5/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-14-R-0019
 
Response Due
1/30/2014
 
Archive Date
3/1/2014
 
Point of Contact
psmoody, (918)669-7457
 
E-Mail Address
USACE District, Tulsa
(pamela.s.moody@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of construction services. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. The information received in response to this synopsis will assist the Government in determining the acquisition method that will be used for this requirement. A determination by the Government not to compete this proposed contract is within the discretion of the Government. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. It is the Government's intent to advertise this requirement as a firm-fixed price (FFP) construction contract procured in accordance with FAR Part 15 Low Price Technically Acceptable (LPTA) Source Selection Procedures. The project requires constructing a new mooring location for existing bulkhead on or near existing spillway structure. Interested parties must be registered in the System for Award Management (SAM) at www.sam.gov. 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), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). This action will be conducted under FSC Code Y299 and NAICS Code 237990. The size standard is $33.5 Million. The magnitude of this requirement IAW FAR 36.204 is between $500K and $1M (estimated to be approximately $1M). Estimated duration of the project is unknown at this time. Potential sources shall submit a capability statement of no more than six pages in length, which addresses the following key areas: (1) TECHNICAL Submit a list of recent projects that demonstrate your knowledge and past experience relating to all of the varying types of work described above. Submit only current and past project and client information that is no more than 4 years previous. Include a brief description, identifying the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if Indefinite Delivery/Indefinite Quantity), contract or task order value, dollar value of work subcontracted, percent complete, date completed if complete, name and title of customer POC and current phone number. (2) BUSINESS SIZE: Identify type/size of business under NAICS Code 237990 (i.e. Small Business or Large Business). If Small Business identify certifications under NAICS Code 237990 specifically: HUBZone Service-Disabled Veteran-Owned Small Business (SDVOSB) Economically Disadvantaged Woman Owned Small Business (EDWOSB) If Small Business, state how you would intend to meet the Federal Acquisition Regulation (FAR) 15.219-14(3)-Limitations on Subcontracting-requirement for General Construction: quote mark The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. quote mark ANTICIPATED SOLICITATION ISSUANCE DATE IS ON OR ABOUT 4 APRIL 2014 AND ESTIMATED AWARD DATE IS 1 AUGUST 2014. The official synopsis will be issued on www.fbo.gov on or about 20 Feb 2014 and inviting firms to register electronically to receive a copy of the solicitation when it is issued. E-mail is the preferred method for response. Please submit your Statement of Qualifications to Contract Specialist Pamela Moody at the US Army Corps of Engineers, Tulsa District Office at Pamela.s.moody@us.army.mil, no later than 3:00pm CST on 30 Jan 2014. Please direct all questions to Contract Specialist Pamela Moody at the above e-mail or phone (918) 669-7457.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-14-R-0019/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN03246014-W 20131207/131205234528-150b9c8ca49a47499bef5f2b1be80655 (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.