Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2006 FBO #1501
SOURCES SOUGHT

P -- Port Arthur & Sabine Pass, Texas, Building Demolition Work, Hurricane Rita Affected Areas.

Notice Date
1/3/2006
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-06-S-0002
 
Response Due
1/17/2006
 
Archive Date
3/18/2006
 
Small Business Set-Aside
N/A
 
Description
Sources Sought No. W912HY-06-S-0002 Project Title: Port Arthur & Sabine Pass, Texas, Building Demolition Work, Hurricane Rita Affected Areas. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this sources sought synopsis is to determine interest and capability of potential qualified Federally Certified 8(a), S mall Disadvantage Business, Hubzone Small Business, Service Disabled Veteran-Owned Small Business, relative to the North American Industry Classification Code (NAICS) 238910. Please Note: NAICS 238910 is primarily used for Construction, However, for this p rocurement the size standards for NAICS Code 238910 will be used in accordance with Federal Acquisition Regulation (FAR) 37.301. To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought synopsis to e nsure the offerors meet the required qualifications as specified in this Sources Sought before award. The Government intends to award multiple commercial service Blanket Purchase Agreements (BPAs) in accordance with FAR Part 13. Award of a BPA does not gu arantee orders or a minimum guaranteed dollar amount. Orders will be competitively bid between BPAs, basing awards on dollars, strength of schedule, and/or the ability to perform timely. Individual BPA calls shall not exceed $150,000. BPA awards will be c onducted in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C, 5121 et seq.) and FAR Part 26.2 Disaster or Emergency Assistance Activities which provides preference to the extent feasible and practicable, to th ose organizations, firms, or individuals residing or doing business in the area affected by such major disasters or emergencies. The affected counties are: Angelina, Brazoria, Chambers, Galveston, Fort Bend, Hardin, Harris, Jasper, Jefferson, Liberty, Mont gomery, Nacogdoches, Newton, Orange, Polk, Sabine, San Augustine, San Jacinto, Shelby, Trinity, Tyler, and Walker, Texas. The work consists of demolishing and removing to the BFI landfill in Jefferson County, those structures severely damaged in the Port A rthur, Texas and Sabine Pass, Texas area during the flooding from Hurricane Rita, and subsequently condemned by City Officials. There is a minimum of 15 residential housing structures currently listed for removal (however this number is subject to increase based on ongoing assessments being currently done by the Government). The general description of the work is: the contractor shall provide all equipment, labor, layout of work features, supplies, materials and supervision needed to accomplish the followin g as described below: Demolition, debris removal and disposal. There is a possibility of asbestos and lead based paint in these structures. No separate abatement will be conducted but rather all structures will be considered hazardous and disposed in the B FI Class 1 disposal site in Jefferson County, Texas. The limits of the clean-up will be the footprint of the structures, and immediately adjacent to the structure for debris that obviously was part of or contained in the structure. White goods (refrigerato rs and A/C units, etc.) shall be disposed of in accordance with state and local regulations. The contractor shall supply copies of manifests and disposal/dump receipts for payment of the disposed structures. The contractor shall be required to work seven d ays per week during daylight hours. Calls shall require a short turn around time for bidding and performance. Contractor shall provide a Builders Bonds, Permit from the City of Port Arthur, Texas and all the required safety documentation pursuant to EM 351 -1-1 within 24 hours after receipt of call order. (Call order can be written or verbal from an individual that is authorized to place a BPA call or the Contract ing Officer). The contractor shall perform at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern IAW FAR 52.219-14. If you can meet all of the requirements for this project, please res pond to this sources sought synopsis by mail to the attention of Sharon Lamkins, CESWG-CT, 2000 Fort Point Road, Galveston, TX 77550, (409) 766-3846, Fax (409) 766-3010. Responses must be received no later than 2: 00 p.m. central standard time, on January 17, 2006. Interested contractors must send three complete packages of all information requested. Failure to do so could cause the firm to be rejected. The following information is required: 1. Name of firm w/address, phone, fax, e-mail address, and point of contact. 2. Provide a copy of your Federal certification if your company is an 8(a), Small Disadvantaged Business, Hubzone Small Business, or Service-Disabled Veteran-Owned Small Business. 3. Provide a list of subcontractors you propose to use and how they fit FAR Part 26, Stafford Act Requirements. List the company name, address, federal business size and their speciality. All subcontractors must meet all appropriate licensing requirements as well as certifications. Provide certifications as require d for the prime. 4. Qualifications: Responses to this sources sought synopsis shall provide the following information: (a) what are the OSHA certifications of your employees? Provide proof of certifications for your employees (b) provide copies of your Dep artment of Health Services license and /or registration (c) provide the number of years/experience you have in demolition and disposal of lead and asbestos-containing structures (d) provide information that you have or have the ability to obtain General Li ability Insurance, a Builders Bond in the amount of $5,000.00, and that you can obtain a demolition permit from the City of Port Arthur, Texas, (e) provide a copy of necessary State licenses effective prior to 29 August 2005 (f) provide information that y ou have or have the ability to obtain construction and technical equipment for this requirement. (g) provide information that you have or the ability to obtain production control procedures, property control systems, quality assurance measures and safety p rograms applicable for this type of work (h) provide information that you are able to comply with the required performance schedules taking into consideration all existing commercial and government business commitments (i) provide documentation for your fi rm on past similar efforts as a prime contractor. Submission Requirements: Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent five projects that prove y ou can meet each of the required qualifications listed above, with contract number, project location, description of work requirements, contact and phone number for each effort, etc. Contractors are required to be registered with the Central Contractors R egistration (CCR) prior to award. Information concerning CCR Registration is located at www.ccr.gov. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Governmen t make the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact: Mr. Ulysses Gracia at (281) 757-3064.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN00960552-W 20060105/060103211920 (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.