SOURCES SOUGHT
Z -- Dock restore/rebuild, Elm Point Campground, Eufaula Lake, OK.
- Notice Date
- 4/5/2017
- Notice Type
- Sources Sought
- NAICS
- 713930
— Marinas
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-17-DockRebuild
- Archive Date
- 5/5/2017
- Point of Contact
- Bruce E. Hayes, Phone: 918-669-7277, Diane Cianci, Phone: 918-669-7458
- E-Mail Address
-
Bruce.E.Hayes@usace.army.mil, Diane.M.Cianci@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, Diane.M.Cianci@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT FOR REMOVING AND RESTORING DOCK AT EUFAULA LAKE, OKLAHOMA This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will not be notified of the sources sought evaluation results. PURPOSE: The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting market research to identify sources capable of removing an existing dock at Elm Point Campground at Eufaula Lake, restoring and upgrading a dock located at the Eufaula Lake Project Office, then, transferring the restored dock to Elm Point Campground and securing it via anchoring pencils. Elm Point Campground is located at 1656 South M. 66, Quinton, Oklahoma, 49727. Work is expected to begin starting in May or June 2017. The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research. SMALL BUSINESS INFORMATION: The purpose of this sources sought is to gain knowledge of the interest, capabilities and relevant experience of all business size standards to provide A-E services for work assigned to USACE Southwestern Division (SWD) as well as USACE national initiatives, international, & interagency support. The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. USACE is encouraging responses from all qualified SMALL BUSINESS sources capable of providing these services. Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB) Concern, are highly encouraged to respond to the sources sought. NAICS 713930 is not available for set-aside to Economically Disadvantaged Woman Owned Small Business (EDWOSB), however, EDWOSB may still submit and would be eligible to compete if the acquisition is determined to be a total Small Business set aside. It is anticipated that a Firm Fixed Price (FFP) award will result, should a solicitation be issued, to the lowest priced vendor who can meet the objectives & specifications required in the Statement of Work (SOW)/Performance Work Statement (PWS). NAICS for this project is 713930 "Marinas" with a size standard of $7,500,000.00. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Less than $25,000. Estimated duration of the project is 90 calendar days. REQUIREMENT: The Tulsa District has the following requirement: The contractor shall provide all materials, labor, tools, equipment and supplies necessary to remove the current boat dock at Elm Point Campground from government property, restore and upgrade the current boat dock that is located at the Eufaula Project Office, and lastly transport the restored dock to Elm Point Campground and install it at the location of the previous boat dock. The dimensions of the structure is a 12' X 20' platform and 70' X 4' of walkway. The Contractor shall furnish all materials and supplies required to complete the restoration process, but not limited to, the following: - All new composite decking on both the walkway and the platform dock. - Twelve 5' X 4' X 2' encapsulated floats for the platform dock. - Two 4' X 4' X 2'encapsulated walkway floats. - Re-galvanize and repair all metal that has either been bent or broken with like kind. - Any angle iron that has been damaged will need to be replaced with new angle iron of like kind. - Connecting piece from the walkway to the platform (Truss). - All fastening equipment necessary to complete the job. - Four anchoring pencils Some anchoring material (concrete) from previous dock on shoreline may need to be removed to provide for a safe entry onto walkway from shoreline. All work shall be accomplished in accordance with all State of Oklahoma and National standard work practices. Regular work hours will be from 7:00 a.m. - 4:30 p.m. Monday through Friday, excluding federal holidays. The contractor shall comply with the Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 dated 15 Sept. 2008, and all applicable Federal, State, and local safety codes and practices. It is the contractor's responsibility to ensure public safety during the entire duration of the contract. Necessary signs, barriers, warning devices, etc. shall be operated and maintained by the contractor at contractor expense. Contractor employees shall comply with the minimum dress requirements as stated in Chapter 7 of EM 385-1-1. The contractor may be required to furnish certain submittals. These submittals may be certifications of materials, safety plans, drawings, training certifications, work plans, etc. The purpose of the above information is to afford potential companies/vendors with a realistic view of required services that are expected. Should USACE decide to issue a solicitation, the actual SOW/PWS will be included in the solicitation. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for 90 days. Work must be completed no later than 90 days from date of contract award. EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: Interested companies/vendors are invited to submit a brief Statement of Capability (SOC) (no more than 5 pages). Please follow the following name convention: Contractor's name: SS: W912BV-17-S-0003. This documentation shall address, as a minimum, the following: (1) Company Profile Cover Letter to include the company name, address, point(s) of contact, telephone number, email address, business classification, DUNS number, and Cage Code. (2) Relevant experience within the last four years demonstrating capability to perform the requested services. The company shall provide at least two (2) contracts, ongoing or completed, for like or similar services, held with the U.S. Army, other Government agencies or private industry. Include any contract number, Government/Agency or firm point of contact (POC) and current telephone number for the POC. The interested company/vendor must have served as either the prime contractor or a subcontractor (performing a substantial portion of the work described in this Sources Sought Notice). ** Proof of System for Award Management (SAM) registration is required in your response. For example, providing a valid Commercial and Government Entity Code (CAGE Code) will allow USACE to verify your registration in the SAM system. The Contract Specialist will search the SAM database using the provided CAGE code, supplied by the vendor, to determine eligibility. Interested companies who are not currently registered in SAM but wish to compete for this award, must be fully registered by the time of award or risk your quote being declared as "Non-Responsive". USACE will not delay the award of a contract for a company not fully registered in the SAM system prior to the award date. To register in SAM, go to https://www.sam.gov and follow the instructions provided on their web site, this is a free service on their site ** (3) The SOC must be submitted via email to bruce.e.hayes@usace.army.mil. Responses must be received on or before, but no later than (NLT) April 20th, 2017 by 11:00 a.m. Central Standard Time (CST). When submitting your email response, the subject line must read Eufaula Lake Sources Sought. No other notification to firms for this project will be made. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Mr. Bruce Hayes, at bruce.e.hayes@usace.army.mil at 918-669-7277 or diane.cianci@usace.army.mil; phone number 918-669-7458. CLOSING COMMENTS: PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED by the Contract Specialist, however the Deputy for Small business may be contacted at gene.snyman@usace.army.mil phone 918-669-7010. Email your Experience/Capabilities statement to bruce.e.hayes@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 20 April 2017 at 1100am CST. LATE RESPONSES WILL NOT BE ACCEPTED THIS IS NOT A REQUEST FOR QUOTATIONS. NO SOLICITATION IS CURRENTLY AVAILABLE. THIS ANNOUNCEMENT IS FOR MARKET RESEARCH ONLY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-DockRebuild/listing.html)
- Place of Performance
- Address: Eufaula Lake Project Office, 102 E. BK Road, Stigler, Oklahoma, 74462, United States
- Zip Code: 74462
- Zip Code: 74462
- Record
- SN04461441-W 20170407/170405235528-bf9cf91f708bd720a909b51db854e207 (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 |