SOURCES SOUGHT
V -- New Orleans District Material Hauling Blanket Purchase Agreement (BPA)
- Notice Date
- 5/27/2021 8:32:57 AM
- Notice Type
- Sources Sought
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
- ZIP Code
- 70118-3651
- Solicitation Number
- W912P821S0001
- Response Due
- 6/9/2021 8:10:00 AM
- Archive Date
- 07/09/2021
- Point of Contact
- Shermeka Showers, Phone: 5048622239, Sally A. Duncan, Phone: 5044620605
- E-Mail Address
-
Shermeka.L.Showers@usace.army.mil, sally.a.duncan@usace.army.mil
(Shermeka.L.Showers@usace.army.mil, sally.a.duncan@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE/BID/PROPOSALS. This Sources Sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10 and identifying vendors capable of fulfilling agency need. The Government is seeking to identify small business sources under North American Industry Classification System (NAICS) 484220 (Specialized Freight Trucking, Local), Dump Trucking (gravel, sand, top-soil) (size standard-$30 million) in order to establish multiple Material Hauling Blanket Purchase Agreements (BPA). ****THIS PROCUREMENT IS TOTAL SMALL BUSINESS SET-ASIDE Contract Information:� The Army Corps of Engineers (USACE), New Orleans District (MVN), is soliciting Capability Statements and Past Performance information from all qualified and interested contractors to participate in a requirement for multiple Blanket Purchase Agreements (BPAs) material hauling services for hauling and delivery of loaded clay, dirt, sand, aggregate, or rock. The BPAs are anticipated to be a period not to exceed five years from date of contract award. Project Information: The Contractor shall provide at least five tri-axle trucks (with operator) with a minimum 14 CY capacity, to haul various material on an emergency and/or otherwise routine basis. The expected response time for mobilization is within 24-48 hours. Requirements are not known in advance and may vary considerably. Qualified contractor must have capabilities and resources to respond and fulfill the requirements outlined in the Performance Work Statement. (DRAFT PWS IS SUBECT TO CHANGE) ��� ��������Equipment: Equipment shall be in good operating condition, and ready for work. The vendor shall be responsible for all repairs incurred during operations and shall promptly provide replacement machinery, of equal design specification. Any downtime due to inoperable equipment shall not be invoiced against the Government. ��������� �Delivery: The contractor is responsible for transporting all equipment/loads to the work site and returned to the contractor�s facility. In the event equipment must be replaced due to equipment failure, the vendor shall be responsible for providing transport of failed equipment and transport of loads. 3. Submission Requirements: The Government invites contractors with the stated NAICS code and �capabilities necessary to meet or exceed the stated requirements, as indicated in this posting, to submit a Capability Statement consisting of appropriate documentation. Past performance documentation shall include contact names, as well as a description of the services provided, and dollar value. Proof of Small Business Size must also be included. The company's CAGE Code and DUNS number shall also be included with the submission. Contractors MUST have an active record in the System for Award Management (SAM) database. Not having an active record in SAM SHALL result in not receiving consideration for award. The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to similar requirements. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Please indicate your interest and/or ability to provide all services. This sources sought is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources because of this sources sought. Respondents will not be notified of the Sources Sought results. All interested firms with 484220 as an approved NAICS code have until Wednesday, June 9, 2021, 10:00 am (central time) to submit the following information: Please provide your company name, address, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 484220. Clearly confirm that your company business size as Small Business, and if applicable, designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include project name and key features of the project; completion date, total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation. Firm's geographic location and equipment capability? Is your firm willing to provide an emergency Point of Contact outside of normal business operation to include weekends? Does your firm have the capability/resources to respond within 24-48 hours during natural disasters? Submissions that are not received within the allotted time will not be considered. Electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought shall be e-mailed to Shermeka Showers at Shermeka.L.Showers@usace.army.mil with the title �NEW ORLEANS DISTRICT MATERIAL HAULING BPA� Responses must be received no later than Wednesday, June 9, 2021 by 10:00 am., CST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0f70a2275fbf4d4b912979b04d545d58/view)
- Place of Performance
- Address: New Orleans, LA 70118, USA
- Zip Code: 70118
- Country: USA
- Zip Code: 70118
- Record
- SN06015797-F 20210529/210527230115 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |