SOURCES SOUGHT
Y -- Cumberland Island ADA Dock Upgrades
- Notice Date
- 5/2/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-14-R-0024
- Archive Date
- 5/24/2014
- Point of Contact
- Nikisha V. Weston, Phone: 9126525102
- E-Mail Address
-
nikisha.weston@usace.army.mil
(nikisha.weston@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government in any contract award. The U.S. Army Corps of Engineers, Savannah District, is conducting preliminary research to determine the market capabilities of potential contractors to perform Cumberland Island ADA Dock Upgrades, Cumberland Island National Seashore, Georgia Contractor will furnish all labor, material, equipment, incidentals, supervision and transportation for work necessary to perform Cumberland Island ADA Dock Upgrades. All work shall be performed in accordance with the contract specifications, manufacturer's recommendations, and state building codes. Work shall include but will not be limited to the following: Contractor shall install new timber piles approximately 50 to 65 feet in length. Contractor shall remove existing timber piles approximately 50 to 60 feet in length. Contractor shall install new concrete piles 60 to 70 feet in length. Contractor shall demolish existing timber and concrete docks, decks and piers. Contractor will be responsible for furnishing all gangways and floating docks. Contractor will be responsible for delivering these items to the site (typically delivered by tug boat and barge because the gangways are around 80 feet in length). Contractor will be responsible for providing modifications to existing ramps, stairways, floating docks, and gangways. Contractor will be responsible for relocating existing docks and gangways to different locations along the channel typically by barge and a tugboat operation. Reference Specification Section will be provided in base contract. Contractor will be responsible for removing all debris from job site. Contractor shall be responsible for following all environmental permits and procedures. Work performed under this task order shall comply with the latest edition of the publications dated at the time of the task order award. When a required publication is not referenced in the list found in paragraph 16 the contractor shall utilize one that has national applications. Where conflicts arise between publications, the most stringent requirements shall apply. All interested firms with 236220 as an approved NAICS code have until 9 May 2014/ 02:00 pm (Local time) to submit the following information: - Name & Address of your Firm - Point of Contact (name/phone/email) - Business Size, Large Business, Small Business to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. - Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity -Evidence of capabilities to perform comparable work on three recent projects (not more than five years old). Include project name and key/salient features of the project completion date, total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation. - Firm's capability to perform, to include geographic location, project size, equipment list and equipment capability. Please submit the requested information to the attention of Shannon Anthony, Contract Specialist, at Nikisha.Weston@usace.army.mil by 02:00pm (Local Time) on 9May 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-14-R-0024/listing.html)
- Place of Performance
- Address: Cumberland Island, Georgia, United States
- Record
- SN03356161-W 20140504/140502234847-952c5275a7fddf33c5197932181145bb (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 |