Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2023 SAM #7747
SOLICITATION NOTICE

Z -- Rehabilitate the historic East Pier on Plum Island

Notice Date
2/10/2023 10:12:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FWS, CONSTRUCTION A/E TEAM 2 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
DOIFFBO230035
 
Response Due
2/24/2023 10:00:00 AM
 
Archive Date
03/11/2023
 
Point of Contact
Breske, Tiffany, Phone: 6127135187, Fax: (612) 713
 
E-Mail Address
Tiffany_Breske@fws.gov
(Tiffany_Breske@fws.gov)
 
Description
SOURCES SOUGHT This is a Sources Sought Notice ONLY. The USFWS is issuing this sources sought as a means of conducting market research to identify parties having an interest in a marine construction project to rehabilitate the historic East Pier located on Plum Island in Door County, Wisconsin in accordance with a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with the information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 237990 - Other Heavy and Civil Engineering Construction, size standard is $45,000,000.00. A need is anticipated to rehabilitate the historic East Pier located on Plum Island in Door County, Wisconsin. The East Pier is contributing structures to the Plum Island Life-Saving and Light Station Historic District listed in the National Register of Historic Places (NRHP). All proposed construction work for NRHP listed properties located on Plum Island must meet the Secretary of the Interior's Standards for the Treatment of Historic Properties. The work includes, but is not limited to, the condition assessment of timber cribbing/riprap/ decking (including disassembling the pier components, condition assessment of said components, and reconstruction of the pier to the requirements of the plans/specifications,) testing, timber cribbing replacement, decking replacement, disposal of unsuitable materials, riprap placement, pedestrian handrail/guardrail installation, signage installation, pier ladder installation, cleat installation, and erosion/sediment control BMPs installation/management. If your organization has the potential capacity to perform these marine construction services, please provide the following information: 1. Name of the firm, point of contact, phone number, email address, DUNS number and/or UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any, and the administrative and management structure of such arrangements, including the length of time such arrangements have been in place or if it is a new arrangement. Include small business status of all parties in any arrangements being used. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar marine construction projects (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Include details on if your firm owns or has access to a barge with a crane. Provide your alternate means and methods to compete this work if you are not going to utilize a barge with a crane and why your alternate method to complete this work is more cost effective than utilizing a barge with a crane. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar historic projects (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. What specific technical skills does your company possess which ensure capability to perform these marine construction and historic treatment tasks? Interested parties are requested to submit responses of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for responses to this request is no later than 12:00 pm, CS, 24 February 2023. All responses under this Sources Sought Notice must be e-mailed to Tiffany Breske, Contracting Officer, E-mail: tiffany_breske@fws.gov Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/15ba64628b1a42f1a3fce8d269b5673f/view)
 
Place of Performance
Address: Door County, WI
 
Record
SN06588633-F 20230212/230210230109 (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 |
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.