Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2012 FBO #3819
DOCUMENT

Z -- ST12-0075 Repairs to Shore Protection System, Oceana-Dam Neck; RM09-0528 Emergency Shoreline Erosion Control, Fort Story - Attachment

Notice Date
5/7/2012
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008512B4547
 
Response Due
5/18/2012
 
Archive Date
6/2/2012
 
Point of Contact
Holly Manning 757-341-1658
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATION, OR DRAWINGS AVAILABE AT THIS TIME. THIS NOTICE COVERS TWO (2) FUTURE SOLICITATIONS. The Naval Facilities Engineering Command, Mid-Atlantic, Hampton Roads IPT is seeking eligible small businesses capable of performing requirements for the following projects: ST12-0075 Repairs to Shore Protection System, Oceana-Dam Neck: The scope of work includes repair of the shoreline protection system by dredging sand from offsite location and placement of the sand on the beach of the affected shoreline for approximately 9,300 linear feet. Additionally the project will repair the dune with sand and planting stabilization and incidental related work. The estimated contract price is between $5,000,000 and $10,000,000. RM09-0528 Emergency Shoreline Erosion Control, Fort Story: The scope of work includes replenishing the sand along the shoreline at the Omaha Beach training area for approximately 2,500 linear feet. This scope of work also includes replenishing the sand along the shoreline in front of the Department of Public Works for approximately 1,300 linear and along the shoreline at the end of Leyte Road for approximately 400 linear feet. The sand will be obtained from an offshore source by the use of a hopper dredge and then placed along the shoreline at the locations mentioned above. The estimated contract price is between $5,000,000 and $10,000,000. The anticipated award of these contracts is September 2012. The NAICS code for these projects is 237990. All Service-Disabled Veteran-Owned, certified HUBZone, certified 8(a), certified Woman-Owned, and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry responses to this notice, the Government will determine whether a Set-Aside acquisition in lieu of Full and Open competition is in the Governments best interest. This is a Market Research Tool being used to determine the availability and adequacy of potential Small Business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested Small Businesses submit to the Contracting Office a brief Capabilities Statement Package (no more than 10 pages in length) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. Contractor Capability Packages to include the below items: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope of this project within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the scopes of work as described herein. (2) Company Profile to include the following: 1. Number of employees 2. Office location(s) 3. Available bonding capacity per contract (must be able to bond to $10,000,000) 4. DUNS number 5. CAGE Code 6. Small business designation/status claimed (Please submit your SBA certification letters with your response) (3) If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. RESPONSES ARE DUE NLT May, 18 2012 at 2:00 PM (Eastern). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, via Express Mail to: Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Bldg. Z140, Room 219 Norfolk, Virginia 23511-3689 Attn: Code OPHA9, Holly Manning Or, US Postal Service to: Naval Facilities Engineering Command, Mid-Atlantic 9742 Maryland Avenue Norfolk, Virginia 23511-3689 Attn: Code OPHA9, Holly Manning Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Holly Manning via email at holly.manning@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512B4547/listing.html)
 
Document(s)
Attachment
 
File Name: N4008512B4547_Shore_Protection_Sources_Sought_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008512B4547_Shore_Protection_Sources_Sought_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008512B4547_Shore_Protection_Sources_Sought_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02741185-W 20120509/120507235419-5214c5e3389d6d751704792154fc8ad6 (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.