SOURCES SOUGHT
Z -- This is a Sources Sought announcement for a Heavy Construction requirement for
- Notice Date
- 6/29/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G12R0095
- Response Due
- 7/14/2012
- Archive Date
- 9/12/2012
- Point of Contact
- Dary Bowlin, 817-886-1073
- E-Mail Address
-
USACE District, Fort Worth
(dary.s.bowlin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement. The NAICS Code for this Announcement is 237990. The U.S. Army Corps of Engineers, Fort Worth District seeks information from industry, which will be used for preliminary planning purposes. This announcement seeks to gather information from industry in the area of Heavy Construction/Crafts and Trades Type Contractor Services. This is not a solicitation for proposals and no contract(s) shall be awarded from this announcement. The U.S. Army Corps of Engineers, Fort Worth District's is attempting to determine interest, capabilities and qualifications of various members of industry, to include: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran- Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI if applicable to the procurement. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Any contract that may result from this market research would be issued as a Construction (C) type contract, using negotiated firm-fixed prices. Brief Description of the Project: Heavy Construction Contractor(s) capable of providing the appropriate level of supervision,labor, supplies, and materials for civil works heavy construction and repair necessary to: The Contractor shall replace the gate actuators, limit switches, drive motors, electrical controls, conduit, wiring, mounting bases, weatherproof electrical box with cover, and install transparent Valve Stem Protectors for Gates #2 and #4; replace all stems and couplings for Gates #2 and #4; repair cracked operation deck concrete at the unit base of Gate #4. Upon completion of repairs to Gate #2 and Gate #4, the Contractor shall adjust the gate systems, including but not limited to actuator controls, calibration of stop nuts, gate height indicators, torque switches, limit switches, etc., for proper operation of the gate system. Adjustments of the gate control systems shall be performed in accordance with the gate actuator systems manufacturer specifications and in the presence of U.S. Army Corps of Engineers representative(s). Inspect and document the condition of Gate #1 and #3 stems, couplings, stem guide brackets, bushings and anchoring for damage or misalignment, including any deviation from true vertical for determination of serviceability and stability. Documentation identifying any of the above mentioned items shall be used as supportive information for subsequent repair or replacement as a separate contract action. The site for all repair activity is located at the Somerville Lake flood control structure, Somerville, Texas. The magnitude of this requirement is between $250,000 and $500,000. Period of Performance for this requirement will be 180 calendar days from NTP. Firm's should submit a statement of qualifications supported by examples of past performance. Response to this announcement 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 and if it is issued. 3. Firm's capability to meet the personnel requirements, if applicable. 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's ASFI FedBizOpps Entry Page 2 of 3 https://acquisition.army.mil/asfi/registered/preview_form.cfm 6/29/2012 capability to execute construction services through comparable work performed within the past 5 years (provide at least 3 examples): Provide the following: Brief description of the project, Customer name, Timeliness of performance, customer satisfaction, and Dollar value of the project 5. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) HBCI/MI 6. Firm's Joint Venture information if applicable - existing and potential Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 pm central daylight savings time, 29 July 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Electronically mail your response to: Dary Bowlin, dary.s.bowlin@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G12R0095/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02790337-W 20120701/120629234704-cb1c916d8e9c80c628f37ce9199228ef (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 |