SOURCES SOUGHT
Z -- Paving and Roadway Repair for Tioga-Hammond/Cowanesque Lake Projects
- Notice Date
- 3/29/2012
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-S-0017
- Archive Date
- 4/20/2012
- Point of Contact
- Tamara A. Wright,
- E-Mail Address
-
Tamara.A.Wright@usace.army.mil
(Tamara.A.Wright@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from small business and small business concerns PRIME CONTRACTORS concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Sources interested in this announcement should have knowledge and experience in paving of roadways and parking lots. All interested capable, qualified and responsive SMALL BUSINESS PRIME contractors are encouraged to reply to this sources sought announcement. It is anticipated that the Government will issue a Blanket Purchase Agreement (BPA) for this work. **Please note: A BPA is not a contract, but an agreement between an ordering agency and a contractor that allows the agency to place future orders more quickly by identifying terms and conditions applying to those orders, a description of the supplies or services to be provided, and methods for issuing and pricing each order. The government is not obligated to place any orders against the BPA Master Agreement. ** Interested contractors must furnish the following information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 237310. Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUB Zones), Qualified Section 8(a), Women-Owned or other than small business. Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award, Please see https://www.bpn.gov/ccr/default.aspx for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in the type of work in a similar type of location. 4. Provide three (3) examples of projects similar to requirements described above within the past five (5) years. Include point of contact information for examples provided as past performance so that indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. In addition, this sources sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Technical questions should be forwarded to Ms. Marilyn Jones, Marilyn.K.Jones@usace.army.mil. Contractual questions may be sent electronically to Tamara.A.Wright@usace.army.mil. Responses are to be sent via email to Tamara.A.Wright@usace.army.mil no later than 2:00 p.m. on 05 April 2012. If you are unable to send the information via email, you may mail it to the address below. All mailed documents must include a return address on the outside of the envelope to be accepted. US ARMY CORPS OF ENGINEERS BALTIMORE DISTRICT ATTN: TAMARA WRIGHT 10 SOUTH HOWARD STREET BALTIMORE, MD 21201 Project Description: Paving and Roadway Repair for Tioga-Hammond/Cowanesque Lake Projects The U.S. Army Corps of Engineers (USACE) will enter into a Blanket Purchase Agreement (BPA) for the management, supervision, labor, materials, tools and equipment necessary to perform road resurfacing, crack sealing, chip and seal or 2 course asphalt paving of roadways and parking lots and line striping at Tioga/Hammond and Cowanesque Lakes Project. The service provider shall provide labor, materials and equipment to service all locations within the Tioga/Hammond and Cowanesque Lakes Project, which includes Mansfield, Tioga, Holiday, Nelson and Lawrenceville, PA. The Tioga-Hammond & Cowanesque Lakes Project is located in Tioga County in North Central Pennsylvania, just south of Corning, NY and north of Williamsport, PA. Interested sources should note that all work under this agreement will be ordered by issuance of individual BPA calls. The call will identify terms and conditions applying to those orders, a description of the services to be provided, and methods for pricing each order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0017/listing.html)
- Place of Performance
- Address: Tioga Hammond/Cowanesque Lake Projects, United States
- Record
- SN02709056-W 20120331/120329235430-8fb33f6e723e08813b9692f3000dbe25 (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 |