SOURCES SOUGHT
Z -- Blast and Repair Penstocks at Greers Ferry Dam, Cleburne County, Arkansas
- Notice Date
- 10/28/2011
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S12R0005
- Response Due
- 11/8/2011
- Archive Date
- 1/7/2012
- Point of Contact
- Brandy Nicole Thomas, 5013245720
- E-Mail Address
-
USACE District, Little Rock
(brandy.n.thomas@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS For Blast and Repair Penstocks at Greers Ferry Dam, Cleburne County, Arkansas. 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. Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a project/procurement to include Blast and Repair Penstocks at Greers Ferry Dam. Proposed project will be a competitive, firm-fixed price contract. The type of 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, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, Veteran Owned, and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Description/Scope of Work: The work include the blast cleaning, repairing and painting of interior steel surfaces of 2 - main unit penstock assemblies, scroll cases and wicket gates. Both penstocks are approximately 190 linear feet with a diameter of 18.5 feet. The diameters of both penstocks taper down to 8 feet over a length of approximately 100 feet at the scroll case area. Both units contain 24 wicket gates each. Each individual wicket gate has a surface area of approximately 17.7 square feet. The contractor shall possess and retain, at minimum, the SSPC-QP 1 and QP 2 certifications. The certifications shall be current and be in place at the time proposals are submitted, shall be submitted with proposals and shall not expire during the contract period. Magnitude of Construction may be between: $1,000,000.00 and $5,000,000.00 NAICS Code: 237990 Small Business Size Standard: $33.5M Federal Service Code: Z2KA 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. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. 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 providing a proposal on the pending solicitation once issued. 3. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs; at least two of the projects provided must be valued at least by $2,000,000.00 4. Firm's capability to perform a contract of this magnitude and complexity 5. Firm's small business category and Business Size (Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. 6. Firm's Joint Venture information if applicable - existing 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm CST on 8 November 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Brandy N. Thomas, brandy.n.thomas@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12R0005/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN02614511-W 20111030/111028233906-1a5b59586fd7de252dfc7304162bae0b (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 |