SOURCES SOUGHT
Z -- Construction for BA76 Chenier Ronquille Barrier Island Restoration Project, Gulf of Mexico, LA
- Notice Date
- 6/26/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NFFKHC30-14-00761JMJ
- Archive Date
- 7/31/2014
- Point of Contact
- Jeanie M. Jennings, Phone: 8164267458
- E-Mail Address
-
jeanie.m.jennings@noaa.gov
(jeanie.m.jennings@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for Market Research information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Large or Small Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses; HUBZone Small Businesses, Small Disadvantaged Business and Women-Owned Small Businesses concerns for the proposed contract. The United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS) is interested in awarding one (1) Firm Fixed Price Contract in accordance with Federal Acquisition Regulation Part 14 for Dredging for the Construction for BA76 Chenier Ronquille Barrier Island Restoration Project, Gulf of Mexico, Louisiana. In order for the contractor to be qualified for the construction of this project, it must demonstrate ownership of the equipment with sufficient capability to hydraulically place at least 12,000 cubic yards of sand in a 24 hour period or show proof of a teaming or joint venture partnership with the capability to hydraulically place at least 12,000 cubic yards of sand in a 24 hour period. The estimated completion schedule is 300 calendar days from award and receipt of notice to proceed for the contract. The project is an environmental restoration project and includes dredging for placement of approximately 1,310,000 cubic yards of beach and dune fill borrowed from designated sites in the Gulf of Mexico. Project specifications require the placement of beach fill on the gulf side of the island to construction about 8,400 linear feet of dune to an elevation of +8 feet North American Vertical Datum (NAVD) with a crest width of approximately 150 feet. The project includes dredging to place approximately 1,380,000 cubic yards of marsh fills to construct about 274 acres of marsh platform on the bay side of the island at an elevation of +2.5 feet NAVD. Project features include the construction of about 11,000 feet of containment dikes, installation of 8,700 feet of sand fencing, 10 settlement plates, and pre-construction and post-construction surveys. The magnitude of the requirement in terms of physical characteristics and estimated price range is more than $10,000,000.00. The NAICS for this project is 237990 and the size standard is $25.5 million. Response to this sources sought announcement will be used by the government to make appropriate acquisition decisions, including whether or not this can be set aside for small businesses. All interested Large or Small Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses; HUBZone Small Businesses, Small Disadvantaged Business and Women-Owned Small contractors should submit: • Company Name/Address • CAGE Code • DUNS Number • Point of Contact • Phone/Fax Number • Email Address • Web Page URL • Size of Business (i.e. Large or Small Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses; HUBZone Small Businesses, Small Disadvantaged Business and Women-Owned Small Businesses ), Size relative to NAICS Code237990 - Other Heavy and Civil Engineering Construction • U.S. or Foreign Owned Entity • Indicate whether your interest in this as a prime contractor or as a subcontractor. Capability statement packages must provide the following information: • Documentation that your company has ownership or a signed proof of a teaming or joint venture partnership with a firm that demonstrates ownership of the equipment with sufficient capability to hydraulically place at least 12,000 cubic yards of sand in a 24 hour period; • Bonding capability (single project and aggregate); and • Past performance information regarding contracts which are similar in scope. Submit at least three (3) past performance references. Include the following information for each reference: o Company Name o Address o Contact person's name, phone number and email address o Description of work performed o Dollar amount o Completion Date The above requested information shall be no more than FIVE (5) pages. Responses shall be sent to Jeanie.m.jennings@noaa.gov on or before July 9, 2014 by 2:00 P.M. CDST. All contractors doing business with the government must be registered with the System for Award Management (SAM) website. Vendors can register with SAM at the following website: https:/sam.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFKHC30-14-00761JMJ/listing.html)
- Place of Performance
- Address: Gulf of Mexico, Louisiana, United States
- Record
- SN03407536-W 20140628/140626235102-5ad89848ab8c006f8227cfc9873819c6 (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 |