Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOURCES SOUGHT

Z -- Sabine-Neches Waterway, Texas in Jefferson County, Texas. Port Arthur, Texas, Construction of Breakwater

Notice Date
7/9/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-09-S-0033
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Celia E. Cockburn, 409-766-3067<br />
 
E-Mail Address
US Army Corps of Engineers, Galveston
(celia.e.cockburn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought No. W912HY-09-S-0033 Project Title: Sabine-Neches Waterway, Texas, Port Arthur, Texas, in Jefferson, County, Texas. Construction of Breakwater and installation of 54,000 lbs. Boat lift. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORAMTION. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA), Certified 8(a), Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237990. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Project Information: The contractor shall provide all plant, labor, and equipment for Construction of breakwater consisting of approximately 348 linear feet of 50 foot steel sheet pile (17400 square feet), removal of one (1) 3- pile timber dolphin, installation of two (2) 3-pile timber dolphins, removal and reinstallation of existing riprap, installation of approximately 550 tons of new stone (1/2 to 200 lbs) and Installation of boat lift consisting of materials and labor necessary for the removal of five (5) 12-inch friction piles, relocation of one (1) 12-inch friction pile, and the installation of eight (8) new 12-inch friction piles, all electrical work associated with the installation of one (1) boat lift with 54,000 lbs capacity that runs on 120v-14.0amp electrical with a minimum lift speed of 13 per minute and fits pile spacing as shown on plans to include motors and motor control circuits and all wood framing associated with the operation of the lift. Contractor shall install and make operational the lift in accordance with the manufacturer's recommendations. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Note: (2) If the decision is to Set-Aside this procurement for HubZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HubZone Small Business receiving a HUBZONE contract for general construction must perform at least 50% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (3) If the decision is to Set-Aside for SBA 8(a) program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees in accordance to Federal Acquisition Regulation 52.219-14. The Contractor shall provide Performance and Payment Bonds within (10) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project is 120 calendar days after the date of acknowledgement of the Notice to Proceed. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount of $1,203.00 for each calendar day of delay until the work is completed or accepted. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Ms. Celia Cockburn, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-3067. The fax number is (409) 766-3010. The e-mail address for Ms. Cockburn is celia.e.cockurn@usace.army.mil. Response must be received no later than 2:00 P.M. central standard time, on 15 July 2009. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), HubZone Small Business, or Service- Disabled Veteran -Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 6. Qualification: Responses to this sources sought shall indicate specialized experience and technical competence in: construction of Breakwater and installation of a Boat Lift. The evaluation will consider overall experience. Provide documentation for your firm on past or similar efforts as a prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact Ms. Terri Carlson at (409) 765-8914 or e-mail terri.carlson@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-09-S-0033/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01870167-W 20090711/090709235840-50e3c904641e93c5714004d8099a6254 (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.