Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOURCES SOUGHT

Y -- Sources Sought Synopsis Only For The Sacramento River Bank Protection Project, Sacramento Rivermile (RM) 77.2L, Lower American Rivermile (RM) 10.0L and 10.6L, and Feather Rivermile (RM) 7.0L

Notice Date
12/22/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W9123811SS0356
 
Response Due
1/7/2011
 
Archive Date
3/8/2011
 
Point of Contact
Monica D. Walker, 916-557-5182
 
E-Mail Address
USACE District, Sacramento
(monica.d.walker@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers -Sacramento District has been tasked to solicit for and award a project/procurement to include bank repair and installation of plantings at four erosion sites located on the Sacramento, Lower American, and Feather Rivers. Work includes trimming and clearing of vegetation, placing quarry stone on the lower slopes, and soil-filled quarry stone on the upper slopes of an erosion site. This contract also includes installation of instream wood, fascines, plantings, plugs, beaver fencing, pole cuttings, erosion control seeding, irrigation, and plant maintenance. The estimated duration of this project is 120 calendar days, with a possible follow on 3 year plant maintenance. Proposed project will be a competitive, Invitation for Bid, IFB contract. The set-aside decision for the solicitation to be issued will depend upon the responses to this 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 this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business, HubZone, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, 8(a), Woman Owned Small Business, or Small Disadvantaged Business and any other small business, per the associated NAICS code and size standard. The Government must ensure there is adequate competition among the potential pool of responsible contractors. the capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Procurement. Other than small business may respond to this NOTICE in the event the market does not indicate SB interest, however, preference must ensure there is adequate competition among the potential pool of available contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE Estimated construction range: $1,000,000 - $5,000,000 NAICS Code: 237990 FSC Code: Y299 Estimated Duration - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 21 March 2011, and the estimated proposal due date will be on or about 22 April 2011. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute, comparable work performed within the past 5 years: a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least three (3) examples. 5. Firm's small business category and Business Size (Small Business, HubZone, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, 8(a), Woman Owned Small Business, or Small Disadvantaged Business). 6. Firm's Joint Venture information if applicable - existing and potential 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. Interested Firm's shall respond to this Sources Sought Synopsis no later than 5:00 pm PST on 7 January 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to Monica.D.Walker@usace.army.mil, Sacramento District; 1325 J Street; Sacramento, CA 95814. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9123811SS0356/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02348994-W 20101224/101222234105-4e011699b99e4c3a0a0583421bb060cc (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.