Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOURCES SOUGHT

Y -- RECOVERY SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT:

Notice Date
7/16/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1110N00001
 
Archive Date
8/8/2009
 
Point of Contact
Susan F Wallace, Phone: 317-614-4576
 
E-Mail Address
susan.wallace@dhs.gov
(susan.wallace@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. Customs and Border Protection (CBP) plans to set- aside six design-build contracts for Small Business to acquire the replacement of U.S. Land Port of Entry (LPOEs) at the following locations: (1) Boundary, WA, (2) Cannons Corner, NY, (3) Del Bonita, MT, (4) Hamlin, ME, (5) Los Ebanos, TX, and (6) Morses Line, VT. CBP is highly interested in receiving information from Certified 8(a) firms as well as HUBZone and Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). We are also interested in identifying Women-Owned (WO) Small Businesses, Small-Disadvantaged Business (SDB), Veteran Owned (VO) Small Businesses and Alaskan Native Corporation/Native American/Tribally Owned Firms (ANC/NA/TO). The small business size standard is a three-year averaged annual gross receipt of $33.5 million. The estimated value of each project’s effort is between $5M and $15M. The applicable North American Industry Class System (NAICS) 2007 code shall be 236220. Davis-Bacon wage rates will apply. Bid, payment and performance bonds will be required. The solicitation and any amendments will be available at no charge online at http://www.fbo.gov when released. CBP anticipates the solicitation release date to be late August or early September 2009. The Government plans to award competitive firm-fixed price contracts mid-December 2009. Overall contract completion is anticipated by early 2012. Each project includes the design and construction of an LPOE, using the Small Port or Micro-Port layout for the Port Building as applicable. Additional support facilities, roadways, and infrastructure are required based on the final approved layout. Each Contractor will be responsible for the ultimate site-specific layout based on the final CBP-negotiated property boundaries, Right of Wat(ROW) agreements with Dept. of Transportation (DOT), Government-approved site design and phasing plan based on operational interferences and environmental remediation issues when applicable. Complete removal of existing Port facilities is required, but the approach must maintain existing operations throughout the construction period. This is all the project information available at this time. If your firm is currently certified as eligible in the SBA 8(a) Program, HUBZone, SDVOSB, WO, SDB, VO or ANC/NA/TO, as described in FAR Part 19 or Part 26 and according to law; and intends to submit an offer or participate as a subcontractor, please respond to terry.spitzmiller@dhs.gov, “Sources Sought for CBP LPOE Design-Build (Name of Site(s)” in the subject line. Your response must include the following: (a) Company name, address, phone and fax number, e-mail address and other pertinent company identifying information: (b) a positive statement of your intent to submit a proposal for this solicitation as a prime contractor or subcontractor to include the specific locations you plan to participate; (c) a statement identifying your certified small business socio-economic program designation and NAICS code; (d) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, performance periods, customer satisfaction statements or evaluations of performance including name(s) of customer representatives and telephone numbers or email addresses (at least 3 projects preferred); and (e) evidence of bonding capacity to the maximum magnitude of the project with the bonding company name and contact information, to include both single and aggregate totals. Contractors are reminded that should any of these respective projects result in an 8(a) acquisition subject to SBA acceptance or a HUBZone or SDVOSB Small Business set aside, an offer will be made for SBA 8(a) competitive acquisition according to FAR Part 19; or FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply. No phone calls or visit requests please. Responses are required no later than July 24, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1110N00001/listing.html)
 
Record
SN01877639-W 20090718/090717000254-2d28c3e1f816282241fb44967ae94d93 (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.