Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
SOURCES SOUGHT

Y -- Tred Avon River Oyster Bed Creation

Notice Date
4/6/2017
 
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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-S-0010
 
Archive Date
5/6/2017
 
Point of Contact
Brian L. Richardson, Phone: 4109622711
 
E-Mail Address
Brian.Richardson2@usace.army.mil
(Brian.Richardson2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and potentially award a construction contract for the Tred Avon River Oyster Bed Creation project located in the Tred Avon River, Talbot County, Maryland. The proposed project is planned to be a competitive, firm-fixed price contract procured in accordance with FAR 14, Seal Bidding. The type of set-aside decision to be used will depend upon the capabilities of the responses to this synopsis. 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 (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB), and Women- Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small Business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified and experienced sources capable of performing the creation of oyster bars. The oyster bars will be created mechanically to allow for placement to occur close to the bottom. Placement will be with mixed shell or rock, obtained and delivered to the Tred Avon River near the barge. The contractor will be required to find the supply of shell or rock and to identify the source in the response to this sources sought notice. The material will be placed into designated sites and constructed to identified designs with heights approximately 6 to 9 feet mean lower low water. Some of the material may have to be mounded. In accordance with DFAR 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $1,000,000 and $5,000,000. Estimated duration of the project is 120 calendar days. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis. Firm's responses to this Synopsis shall be limited to 10 pages (one.pdf file or one word document) and shall include the following information: 1) Firm's name, address, point of contact, phone number, e-mail address, DUNS number, and cage code. 2) Firm's interest in bidding on the solicitation when it is issued. 3) Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 2 examples. 4) Firm's Business Size - SB, 8(a), HubZone, SDVOSB, or WOSB. 5) Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 6) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 7) Email responses are required. Interested Firm's shall respond to this Sources Sought Synopsis via email to Brian.Richardson2@usace.army.mil no than 10:00 AM on 21 April 2017. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see https://www.sam.gov/portal/public/SAM for additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-0010/listing.html)
 
Record
SN04463662-W 20170408/170406235854-4c7e0c96e91bc97422241a25f894679e (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.