Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2016 FBO #5326
SOURCES SOUGHT

Y -- Hurricane and Storm Damage Reduction Project, Mid-Reach Segment - Mitigation Feature, Brevard County, Florida

Notice Date
6/21/2016
 
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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-16-Z-0017
 
Archive Date
7/21/2016
 
Point of Contact
John Vohlken, Phone: 9042321884, Ilene J. Crapps, Phone: 9042321064
 
E-Mail Address
john.d.vohlken@usace.army.mil, Ilene.J.Crapps@usace.army.mil
(john.d.vohlken@usace.army.mil, Ilene.J.Crapps@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The Jacksonville District of the U.S. Army Corps of Engineers has been tasked to solicit the interest of prospective offeror(s) for a potential fiscal year (FY) 2016 award of the aforementioned project. The purpose of this synopsis is to gauge the interest, capabilities and qualifications of various members of the community: Large Businesses, Small Business, Small Business Administration (SBA) Certified 8(a) Small Business, Historically Underutilized Business Zone (HUBZone), Woman-Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP) contract. The type of solicitation to be issued is a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The project is located in Brevard County, Florida. The offshore placement area begins approximately 16 miles south of Cape Canaveral and ends about 21 miles south of Cape Canaveral. The Brevard County Mid-Reach Mitigation project consists of the manufacturing, transportation and installation of articulated concrete mats with coquina-rock surface in the ocean offshore of Brevard County, Florida in water depths of 14 to 16 feet Mean Low Water (MLW) for the purpose of establishing a 4.8 acre artificial reef. The Contractor shall fabricate the reef mats of approximately 2.6 feet by 2.6 feet by 1 foot high reef blocks with coquina rock densely embedded into the top surface with each reef mat having sufficient exposed rock to create a high surface rugosity and coverage. The Contractor will interconnect eighteen (18) reef blocks using longitudinal and lateral cabling in a three reef block by six reef block pattern, to form an articulated reef mat measuring approximately 8 feet by 16 feet. The Contractor shall place forty-two (42) reef mats arranged in a six by seven running bound brick pattern with an additional column of three (3) reef mats placed on top of the landward edge of the 42 reef mats placed to form an offshore artificial reef ledge. The 45 placed mats are known herein as a reef set. A single reef set is approximately 0.14 acres. The project includes thirty-six (36) reef sets with three (3) to four (4) reef sets placed in proximity to one another in ten (10) offshore reef sites within the project placement area. The project includes all work incidental to the construction of the aforementioned features and will have an approximate period of performance of 740 calendar days. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Offeror name, address, point of contact, phone number and e-mail address 2. Provide a brief description to include: a. Capability/Experience to execute construction projects of comparable complexity and magnitude b. Timeliness of performance c. Dollar value of similar projects completed within the past 10 years (provide at least 3 examples) 3. Offeror shall identify their Small Business socio-economic status (i.e. Small Business, 8(a) Small Business, HubZone, SDVOSB, Women Owned Small Business, etc.) 4. If you are a HubZone firm, please show how your firm will comply with the HubZone performance requirements in FAR 52.219-3. 5. Joint Venture information if applicable 6. A letter of current bonding capacity (up to $12,000,000.00) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. 7. Your Firms interest in proposing on this requirement as a Request for Proposal. *Please include any qualifiers that would prohibit your firm from submitting a proposal, such as set-aside restrictions, meaning that your firm is only interested in the project if it is set-aside for SDVOSB, HubZone, etc. NOTE: PLESAE DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 4:00 pm, EST on 6 July 2016 and shall be sent to Mr. John Vohlken via email at john.d.vohlken@usace.army.mil; or sent via mail to the attention of John Vohlken: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard is $36.5 million. The anticipated magnitude of construction is $6,000,000 - $12,000,000.00. *Prime contractor must meet the self-performance requirements IAW the FAR as it relates to HubZone(FAR 52.219-3), SB(FAR 52.219-14), WOSB(FAR 52.219-30), 8(a)(FAR 52.219-14), and SDVOSB(FAR 52.219-27). EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Anticipated solicitation issuance date is on or around August 3, 2016. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov on or around July 19, 2016. Please Note: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-Z-0017/listing.html)
 
Place of Performance
Address: Florida, United States
 
Record
SN04156339-W 20160623/160621234145-f6fc780c94d6a42b886d23e117c69317 (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.