SOURCES SOUGHT
Z -- Indefinite Quantity Construction Contract (Equipment Intensive), Wright Patman Lake, Texarkana, Texas
- Notice Date
- 4/23/2007
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-07-R-PWPO
- Response Due
- 5/3/2007
- Archive Date
- 7/2/2007
- Small Business Set-Aside
- N/A
- Description
- NOTE: Point of Contact for this Sources Sought is Earnestine Cooper. Her phone number is 817-886-1044. Contact her in regard to this announcement. This is a Sources Sought Synopsis announcement for the purpose of gathering market survey for information only, which shall be used for acquisition strategy planning purposes. THIS ANNOUNCEMENT IS NOT A SOLICITATION FOR PROPOSALS. The U.S. Army Corps of Engineers c/o Wright Patman Lake, Texarkana, Texas is seeking sources for the performance of minor, on demand construction work (equipment intensive) for Wright Patman Lake, Cooper Lake, and Lake of the Pines. The Government shall accept offers to perform 100% of the bid schedule work line items at all, or any locations. Therefore, offers have the opportunity to submit an offer to only perform at Cooper Lake, or Wright Patman, or Lake of the Pines, or any combination thereof. When the solicitation is issu ed, offers shall be required to be able to perform 100% of the work on the bid schedule, without exception. The requirement includes equipment, personnel, supplies, fuel, maintenance, and supervision to perform various construction and repair activities o n an on-demand basis. Work will consist of such tasks as boundary line clearing, bush hogging, disking, culvert installation, fencing, and rental of equipment (bulldozer, backhoe, front and loader, etc.). The forthcoming solicitation, and subsequent contra ct, shall be an indefinite delivery/indefinite quantity (IDIQ), Firm Fixed Priced, Construction Contract, which shall include a guaranteed minimum and maximum. Estimated Construction Cost Range is between $1,000,000 $3,000.000 (est) for the base and four options. The for the coming solicitation, and subsequent contract, shall include a base with four one year options; however, the Government shall reserve the right to exercise options earlier than the 12 month period if the capacity in one option is exha usted earlier than expected. Award will be based on overall Best Value to the Government, technical shall be significantly more important than price. Anticipated solicitation issuance date is on or about 22 May 2007. The set-aside strategy used to solic it the proposed contract shall depend on the response to this sources sought 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 purpose of th is synopsis is to gain knowledge of interests, capabilities, core competencies, and qualifications of various members of the Small Business Community to include Small Business Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disa bled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI). The Government must ensure there is adequate competition among the potential pool of responsive contractors. North American Industrial Classi fication System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $31Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at lea st 25% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Interested Offerors shall respond to this Sources Sought Synopsis no later than 09:00 AM ( CST), 03 May 2007. All interested contractors must be registered in Central Contractor Registration (CCR) to be eligible for award of Government contracts. To register, the CCR Internet address is: http://ccr.dlsc.dla.mil/ccr/. Proposals from Large bus iness firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District FY06 Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as fo llows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%. Mail, fax or email your response to Earnestine D, Cooper, Contract Specia list, U. S. Army Corps of Engineer, Attention: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, Fax No. 817-886-6407, Email address: earnestine.cooper@swf02.usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is used is anticipated to be avai lable on or about 08 May 2007. Offerors response to this synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is used. Offerors capability to meet the Work personnel requirements. Offerors capability to perform a contract of this magnitude and complexity, (include comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value o f the project) provide at least 3 examples. Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI. Offerors Joint Venture information if applicable existing and potential. Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).
- Place of Performance
- Address: US Army Engineer District, Fort Worth c/o Wright Patman Lake Office P O Box 1817 Texarkana TX
- Zip Code: 75504-1817
- Country: US
- Zip Code: 75504-1817
- Record
- SN01279442-W 20070425/070424014639 (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 |