Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
SOURCES SOUGHT

Z -- Sources Sought for Nawiliwili Small Boat Harbor, Kauai, Hawaii

Notice Date
6/9/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-14-Z-0010
 
Response Due
6/23/2014
 
Archive Date
8/8/2014
 
Point of Contact
Dayna N. Matsumura, (808)835-4379
 
E-Mail Address
USACE District, Honolulu
(dayna.n.matsumura@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RESPONSES REQEUSTED FROM ALL INTERESTED FIRMS (SMALL BUSINESSES) This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This U.S. Army Corps of Engineers, Honolulu District, is performing market research for the following potential construction requirement: The U.S. Army Corps of Engineers, Honolulu District (POH) has a requirement for the repair the Nawiliwili Small Boat Harbor. The work involves removing trees and vegetation along the revetted dike, breakwater, and stub breakwater as well as replacement of armor stones in areas where it may have been displaced and/or severely cracked. Work also includes installing a chain between two existing steel posts at the start of the Federal portion of the revetted dike to prohibit vehicular access and limit further erosion to the crest. The breakwater is comprised of a 24-inch thick underlayer of 50 to 400-pound stone and a 36 inch armor layer (2 stones thick) of 400 to 1,000-pound stone. The core of the breakwater consists of crushed limestone fill. Depressions have formed along the crest of the revetted dike that will need to be backfilled with limestone to reestablish the as-built crest elevation. This is a design-bid-build project. The North American Industry Classification code (NAICS) is 237990 - Other Heavy and Civil Engineering Construction. This requirement will be awarded as a firm fixed price construction contract. The project magnitude is between $700,000 and $1,500,000. The Government may use responses to this sources sought synopsis to make an appropriate acquisition decision for this project. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. Responses are requested from only interested PRIME CONSTRUCTION CONTRACTORS. Interested PRIME CONSTRUCTION CONTRACTORS should submit a narrative demonstrating their specific experience with renovating administrative and barracks buildings of similar type, size, value and location. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT should include: 1.Your intent to submit a proposal for this project when it is formally advertised. 2.Name of firm with address, phone and point of contact. Indicate whether or not your firm is a U.S. firm or a foreign firm. 3.CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. 4.Size of firm (large or small), to include category of small business if applicable, such as 8(a) small business, Historically Underutilized Business Zone (HUBZone) small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Businesses (WOSB). 5.Firms Bonding Capacity - single and aggregate capability. 6.Contract data sheet stating your recent and relevant experience required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, submit no more than five (5) past projects for which your firm was the prime construction contractor. The contract data sheet should be no more than two (2) pages per project: a) Have you had previous experience in removing trees and vegetation from navigation structures (revetted dike, breakwater, stub breakwater, wave absorber, revetted mole, etc.)? b) Have you had previous experience with replacement of armor stones between 400 to 1,000 pounds? Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website located at https://www.fbo.gov/ on or about August 1, 2014. It is the bidder's responsibility to check for any posted changes to the solicitation. Offerors must have and/or maintain an active registration with the System for Award Management (SAM) website. To register in SAM, go to http://www.sam.gov. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507. Where to send responses: Submit responses to Dayna Matsumura via email at Dayna.N.Matsumura@usace.army.mil Response deadline: June 23, 2014 at 2:00 p.m. (Hawaiian Standard Time) Place of Performance: Schofield Barracks, Oahu, Hawaii Contracting Office Address: USACE District, Honolulu, Building 230, Otake Street, Room 103, Fort Shafter, HI 96858-5440 Point of Contact(s): Dayna Matsumura, 808-835-4379 email address: Dayna.N.Matsumura@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-14-Z-0010/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN03389944-W 20140611/140609235121-f9bd9dff8771dff56d3d9892fd53d012 (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.