SOURCES SOUGHT
Y -- Big Bend Campground Improvements
- Notice Date
- 6/5/2012
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin - Monongahela NF, 200 Sycamore St, Elkin, West Virginia, 26241, United States
- ZIP Code
- 26241
- Solicitation Number
- AG-52B1-S-12-0040
- Archive Date
- 7/5/2012
- Point of Contact
- Mark L. Corse, Phone: 812-277-6863
- E-Mail Address
-
mcorse@fs.fed.us
(mcorse@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Forest Service has a requirement for construction services to provide improvements to the existing Big Bend Campground. Work to include demolition improvements, ad construction. Demolition work includes removing three existing flush toilet buildings, drinking fountains, RV dump station water towers, one manhole, and the existing wastewater treatment plant. Improvements include replacement of the water distribution system, expansion of the existing absorption field, installation of several septic tanks, installation of one new flush toilet building and one new flush toilet/shower building with a parking area, installation of new drinking fountains, installation of new RV water towers. Installation of a new pump house and modifications to the existing water supply well, installation of a vault toilet and small parking area and landscaping will be included as an optional bid items. The project value is between $500,000.00 and $1,000,00.00 The U.S. Forest Service is considering whether or not to set aside an acquisition for HUBZone, Service-Disabled Veteran-owned Small Business concerns or Small Businesses. All work SHALL be completed no within 120 days following the issuance of a Notice to Proceed. The acquisition is expected to be issued under full and open competition procedures. However, in accordance with (1) FAR 19.1305, if your firm is HUBZone certified, or (2) FAR 19.14: if your firm is a Service-Disabled Veteran-Owned Small Business, or (3) FAR 19.502-2 (b) (1), if your firm is a Small Business, and intends to submit an offer on this acquisition, please respond by e-mail to mcorse@fs.fed.us The NAICS code for this project is 237110 with a size standard for consideration as small business concerns is $33.5 Million annual revenue. If interested, please provide the following information in your response to this notice: (NOTE: Response to this sources sought notice are due no later than COB 06/20/2012) FRIM NAME: __________________________________________ DUNS: __________________________________________ GSA SCHEDULE _______________________________(if applicable) Small Bus Certifications: ___ 8(a) ___ SDVOSB ___ WOSB ___HUBZONE Narrative Statement containing the following information: (a) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (b) Evidence of experience in work similar in type and scope. Please provide a minimum of two and no more than four references including; (1) Contract numbers, (2) Project titles, (3) Dollar amounts, (4) Points of contact and telephone numbers. Your response is required by June 20, 2012. Please cite solicitation number AG-52B1-S-12-0040 in the e-mail SUBJECT line. All of the above must be submitted in sufficient detail for a decision to be made concerning HUBZone, Service-Disabled Veteran-owned set aside, or as a Small Business Set-Aside. Contractors are reminded that should this acquisition become a HUBZone set aside, FAR 52.219-3 Notice of Total HUBZone Set-Aside will apply. (NOTE: FAR 52.219-3 requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Should this acquisition become a Service-Disabled Veteran-Owned Small Business FAR 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set Aside will apply. (NOTE: FAR 52-219-27 requires that at least 25 percent of the cost of personnel for contract performance be spent for employees of the concern. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone set aside, a Small Business set aside, a Service-Disabled Veteran-owned Small Business Set-Aside, or an unrestricted procurement will be posted on FEDBIZOPS. For information concerning this acquisition contact the Contracting Official listed above. Questions may be referred to Mark Corse (812) 277-6863 or email to mcorse@fs.fed.us
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/81e80835c6072ea4ac4eaf0470899c33)
- Place of Performance
- Address: Grant County, West Virginia, United States
- Record
- SN02766052-W 20120607/120605234755-81e80835c6072ea4ac4eaf0470899c33 (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 |