Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2009 FBO #2637
SOLICITATION NOTICE

Y -- Stryker BCT Complex - Roads and Infrastructure

Notice Date
2/12/2009
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0030
 
Response Due
4/3/2009
 
Archive Date
6/2/2009
 
Point of Contact
erik.lundstrom, 206.764.6698<br />
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/SYNOPSIS: THIS IS BOTH A SYNOPSIS TO ANNOUNCE AN UPCOMING CONSTRUCTION PROJECT AT FORT LEWIS, WASHINGTON, AND A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR THIS PROCUREMENT TYPE. DEPENDING UPON THE RESPONSES OF AVAILABLE LOCAL PRIME CONSTRUCTION SOURCES IN THE SMALL BUSINESS CATEGORIES OF 8(A), HUBZONE OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. THIS SOLICITATION WILL EITHER BE SETASIDE IN ONE OF THOSE SMALL BUSINESS CATEGORIES, OR BE ISSUED AS UNRESTRICTED TO BOTH SMALL AND LARGE BUSINESS. The purpose of this notice is to gain knowledge of potentially qualified 8(a)s, HUBZones or Service-Disabled Veteran Owned Small Businesss (SDVOSB) prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 237310, and for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5million. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS will be used by the Government to make appropriate acquisition planning decisions see submittal requirements below. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate SYNOPSIS will NOT be published in the FEDBIZOPS. The Seattle District Corps of Engineers has a competitive requirement for construction of Road work and Infrastructure Improvements for the Stryker Brigade Combat Team (BCT) Complex that will take place at North Fort on Fort Lewis Army Base in Washington State. The project includes the extension of streets, new street infrastructure, and drive widening to ensure all North Fort building and site projects have necessary roadways and utility connections. A smaller portion of the project will require a Site Development Contractor (SDC) that will be responsible for the site preparation, site planning, design & construction for the Jackson Barracks Site. The price range for this project is $5,000,000 to 10,000,000.00 and the completion period is estimated at 365 calendar days. The NAICS code for this project is 237310 and for the purposes of this procurement, a concern is considered a small business if its average annual gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. Interest in this announcement is open to both large and small businesses. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, the Government will decide if willing and capable PRIME contractors exist for an 8(a); HUBZone (nationwide), or SDVOSB. SUBMISSION REQUIREMENTS: Firms responding to this announcement are requested to demonstrate in writing their capability of performing this project by addressing the following items, numbered 1 through 5. (1) Provide five examples of projects similar to the Road work and Infrastructure Improvements performed within the past three years. These projects should be relevant in terms of size, scope, and complexity. Experience such as road work and site development are relevant in terms of scope. Each project should have a detailed project description and include the amount of the project, and the beginning and end dates of the project. (2) For the five relevant example projects requested in item one (1), indicate whether you were the prime or a subcontractor. If you were the prime, indicate what percentage of the work you performed. If you were a subcontractor, identify your role in the contract and why that role is relevant. (3) Provide evidence of bonding capability. Firm should ask their bonding agent/surety to provide its single contract bonding capacity and its aggregate bonding capacity. (Please note that this information should come from the bonding agent/surety, not the firm itself. Also, please do not provide actual bonds.) (4) Provide a list of the firm's current on-going projects, their bonding amount, their expected completion date, and the name, point of contact, and phone number of the prime contractor's bonding company. (5) Provide the Firm's name, address, and the size of the firm and its socio-economic status (8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), or HUBZone Small Business. NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. The responses to this sources sought synopsis may be forwarded to the attention of Erik Lundstrom, Contract Specialist, by email: Erik.A.Lundstrom@nws02.usace.army.mil, or fax 206-764-6817, or mailed to: Seattle District Corps of Engineers, 4735 East Marginal Way South, Attention Erik Lundstrom, Seattle, Washington 98134-2329. Responses should be received as soon as possible, but no later than 24 February 2009. Once the set-aside or unrestricted PROCUREMENT STRATEGY is decided, the requirement will be a Best Value procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15. The solicitation will be a Request for Proposals (RFP), and a firm-fixed-price contract will be negotiated as a result of this procurement. This project is open to BOTH large and small businesses depending on the sources sought results (IF THERE ARE ADEQUATE NUMBERS OF PRIME CONTRACTORS IN THE 3 SB CATEGORIES, THEN IT WILL BE SETASIDE FOR ONE OF THOSE PARTICULAR SB CATEGORIES.). If you are a large business and your proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. On or about 3 March 2009, the solicitation documents for this project will be available via FedBizOpps.gov at https://www.fbo.gov/ under solicitation number W912DW-09-R-0030. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOpps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=42a9ffa3fea7f70a3a1f2c092d61e46f&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA<br />
Zip Code: 98124-3755<br />
 
Record
SN01749408-W 20090214/090212215514-42a9ffa3fea7f70a3a1f2c092d61e46f (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.