Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
MODIFICATION

Y -- Airfield Maintenance Construction (General Construction, $45 M) Sources Sought Synopsis

Notice Date
2/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Savannah, Attn: CESAS-CT, 100 West Oglethorpe Ave, Savannah, GA 31401
 
ZIP Code
31401
 
Solicitation Number
W912HN-14-Z-0003
 
Response Due
2/27/2014
 
Archive Date
4/21/2014
 
Point of Contact
Gosia Thompson, 912-652-5901
 
E-Mail Address
USACE District, Savannah
(gosia.m.thompson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Airfield Maintenance Construction (General Construction, $45 M) Sources Sought Synopsis: This is a Sources Sought Synopsis in support of Market Research being conducted by the US Army Corps of Engineers, Savannah District to identify potential sources. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government to any contract award. The US Army Corps of Engineers, Savannah District is issuing this Sources Sought announcement for the construction of Airfield Maintenance construction to determine interest, availability and capability of business to perform the work as described below: Airfield Maintenance Construction is intended to provide rapid response for horizontal construction: rehabilitation, maintenance or repair of situations relating, but not limited to, Airfield and Heliport pavements (including airport runways, taxiways, ramps, aprons, helipads and adjacent stabilized areas), concrete aprons, storm drainage, striping and site preparation of Government facilities. A project requiring use of civil funds or otherwise termed as quote mark civil works construction quote mark is not authorized under this contract. Work may include, but not be limited to, Asphalt and Concrete Construction, Site Preparation, Miscellaneous Construction, and Incidental Work. The proposed North American Industry Classification Systems (NAICS) Code is 236220. All interested firms with 237310 as an approved NAICS code have until 27 February 2014 at 1400 hrs EST to submit the following information: - Name & Address of your Firm - Point of Contact (name/phone/email) - DUNS - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. The Government must be able to verify SBA certification of Hubzone, 8(a) and SDB via SAM. - Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. - Project information sheets providing evidence of capabilities to perform comparable work on two (2), and no more than (5), recent projects. Projects submitted should be no more than five (5) years old and have a value of at least $500,000. Include the project name and description of the key/salient features of the project, completion date, total value and your company's level of involvement in the project, i.e. subcontractor (type), prime, specific role etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with email address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to quote mark team quote mark with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page state whether or not you are a small business and you intend to mentor/prot g and/or JV with a large business. Both team members must sign agreeing that 51% of the profits and managerial function will go to and be performed by the small business. Likewise, if you are an 8(a) firm intending to mentor/prot g and/or JV with a large business, both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot g arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. The requested information shall be submitted via email to: Gosia.M.Thompson@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-14-Z-0003/listing.html)
 
Place of Performance
Address: Fort Bragg North Carolina
Zip Code: 28310
 
Record
SN03292239-W 20140222/140220234507-09206ac75ccdf91199de10b761e09461 (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.