Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2019 FBO #6538
SOURCES SOUGHT

Z -- Repair West Dam Top Road Wallisville

Notice Date
10/18/2019
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, 77553-1229, United States
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY20S0001
 
Archive Date
11/16/2019
 
Point of Contact
Ronalda Burton, Phone: 4097663103, Maria E Rodriguez, Phone: (409)766-6331
 
E-Mail Address
ronalda.burton@usace.army.mil, maria.e.rodriguez@usace.army.mil
(ronalda.burton@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; 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. The proposed project will result in a firm-fixed price, Designed-Bid-Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this sources sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the small business community: Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service Disabled Veteran Owned Small Business (SDVOSB), and Woman-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, WOSB, and SDVOSB businesses are highly encouraged to participate. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 25% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 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 SBA. Project Information: 1. General Description: Roadway and parking lot repair to include approximately 300 potholes to be filled with compacted cement stabilized base, asphalt approx. 1,263 CY of road, and fog seal approx. 9000 SY of road. Stripe 1500 LF of 4" line for 4 existing parking lots and create a new parking lot with approximately 300 CY of compacted fill, 80 CY of flexible base, 50 ton of asphalt and 150 LF of 4" line stripping. 2. Completion Time: Estimate duration is approximately 60 calendar days and the estimated duration of Option 1 is approximately 28 additional calendar days. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount of $2507.00 for each calendar day of delay until the work is completed or accepted. 3. Estimated magnitude for this effort is between $500,000.00 and $1,000,000.00. 4. NAICS Code 237990, Other Heavy and Civil Engineering Construction, Dredging. 5. SB Size Standard is $36.5M for construction. 6. PSC Code: Z222 7. Bonding Requirements: The Contractor will be required to provide the Performance and Payment Bonds within 5 calendar day after award. The contractor shall begin work within 10 calendar days after acknowledgement of the Notice to Proceed. 8. Questions concerning this Sources Sought should be emailed to the Contract Specialist, Ms Ronalda Burton at ronalda.burton@usace.army.mil 9. Anticipated solicitation issuance date is on or about 13 December 2019, and the estimated proposal due date will be on or about 17 January 2020. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations). FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov ). 2. Name of firm w/address, phone, e-mail address, and point of contact. 3. State if your company is a Small Business, SBA Certified 8(a) firm, HUBZone Small Business, or Service Disabled Veteran-Owned Small Business. Proof of Small Business Administration (SBA) registration for 8(a), HUBZone Small Business and Woman-Owned Small Business shall be provided as part of your documentation. 4. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). 5. Indicate whether your firm will submit a bid for this project if set-aside for Small Business, 8(a), HUBZone Small Business, Service Disabled Veteran-Owned Small Business or Woman-Owned Small Business. 6. Provide information on the most recent up to five projects that demonstrate experience as a Prime Contractor of your firm's capability to perform a contract of this magnitude and complexity. Incorporate a brief description of the project, contract number, customer's name and phone number, timeline of performance, customer satisfaction and dollar value of the project. 7. Firm's Joint Venture information if applicable - existing and potential. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. If you can meet all of the requirements for this project, please respond to this sources sought announcement by uploading your response to FBO.gov not later than the response date and time indicated in this announcement. If the FedBizOpps.gov website is NOT accessible, email responses to Ronalda Burton at: ronalda.burton@usace.army.mil on or before the due date. SENDING FILES: The FBO.gov bid package submission application can be accessed via https://www.fbo.gov/ under the source sought number. A note will be visible within the "Notice Details" sub-tab. The "Electronic Response" sub-tab indicates that the opportunity allows for electronic responses. Note, a vendor must login to the system to be able to submit electronic responses for opportunities. There are two types of electronic response submissions possible: Choose: "Document upload". Multiple documents with attachments can be loaded here. The Documents section allows the user to submit files as part of their electronic response to the opportunity. 1. The user can enter a description for every file to be uploaded, note this is optional. 2. To select a file for upload, the user clicks on the Browse button. (Note, for files over 10 Mb, please use the Large Upload (JAVA) button.) This will allow the user to select a file located on their computer for upload. 3. After selecting the file, the user can click the Add New button to select additional files for upload 4. The user can delete any file(s) previously selected for upload by clicking on the Delete button. 5. The user has three options at the bottom of the Response page: a. Submit saves and electronically submits the response to the government point of contact for that opportunity in the system. Note, the system will send an email to the email address on file for the user confirming the electronic submission; b. Save as Draft saves the response created, but does not submit it to the government point of contact for the opportunity in the system; if selected, the system returns to the Notice Details tab and there is a note at the top indicating that the user has saved a draft response for the opportunity. The user can click on the blue Click here link in the note to review/submit a response. After clicking the link to review/submit, the system opens the Electronic Response tab and displays the draft response for review. There is a note at the top which will advise the user whether or not the response deadline has passed. If not, the user can click on the blue Click here link to make changes to the draft response and submit if ready. c. Return does not save the response and takes the user back to the Notice Details tab for the opportunity. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 01 November 2019 at 1400 CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY20S0001/listing.html)
 
Record
SN05477475-W 20191020/191018230354-f1cafc2ebba6a3c54b1c619ea1e18216 (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.