SOURCES SOUGHT
J -- Joint Federal Project- Control Structure Operations & Maintenance
- Notice Date
- 8/30/2013
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W9123813S0010
- Response Due
- 9/16/2013
- Archive Date
- 10/29/2013
- Point of Contact
- Matthew Hancsarik, 9165577480
- E-Mail Address
-
USACE District, Sacramento
(matthew.p.hancsarik@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Operations and Maintenance of Joint Federal Project Control Structure at Folsom, CA (W91238-13-S-0010) This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM 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. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Sacramento has been tasked to solicit for and award a contract for the operations and maintenance of the new control structure at the Folsom Dam Auxiliary Spillway which includes six submerged tainter gates and six bulkhead gates. The scope will include all maintenance for the hydraulic, electrical, mechanical and structural elements of the structure per the Operations and Maintenance manuals. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value quote mark trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. 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), Service-Disabled Veteran-Owned Small Business (SDVOSB), Based on 37692 Federal Register / Vol. 78, No. 120 / Friday, June 21, 2013 / Rules and Regulations: DoD, GSA, and NASA are issuing an interim rule amending the Federal Acquisition Regulation (FAR) to remove the dollar limitation for setasides to economically disadvantaged women-owned small business concerns and to women-owned small business concerns eligible under the Women owned Small Business Program. Effective Date: June 21, 2013. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and ED/WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the scope of work with the appropriate minimum equipment to perform such services. The scope is outlined in the Attachments. Estimated duration of the project is 24-30 months. The contract period of performance is from April/May 2015 to April/May 2017. It is anticipated that the contract will be either a Requirements type Indefinite Delivery type contract or a One Year Base with One Option Year. The total contract capacity will not exceed $3,000,000.00. The North American Industry Classification System code for this procurement is 811310 which has a small business size standard of $7,000,000.00. The Standard Industrial Code is 7699. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about May/June 2014, and the estimated proposal due date will be on or about July/August 2014. 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 bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 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 4:00PM PST on 16 September 2013. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Matthew Hancsarik, Sacramento District- Joint Federal Project Office 1070 Folsom Lake Crossing Folsom, CA 95630, 916-608-9068, matthew.p.hancsarik@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9123813S0010/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1070 Folsom Lake Crossing Folsom CA
- Zip Code: 95630
- Zip Code: 95630
- Record
- SN03170109-W 20130901/130830235214-909b94f63faf0950399a29295e957bf6 (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 |