Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2014 FBO #4740
SOURCES SOUGHT

Z -- Paving & Roadway Repairs for Raystown Lake, PA

Notice Date
11/14/2014
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-S-0006
 
Archive Date
12/9/2014
 
Point of Contact
Christina Sale, Phone: 410-962-3526
 
E-Mail Address
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. The US Army Corps of Engineers, Baltimore District requests capability statements from small business PRIME CONTRACTORS concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested capable, qualified and responsive SMALL BUSINESS PRIME contractors are encouraged to reply to this sources sought announcement. It is anticipated that the Government will issue a Blanket Purchase Agreement (BPA) for this work. **Please note: A BPA is not a contract, but an agreement between an ordering agency and a contractor that allows the agency to place future orders more quickly by identifying terms and conditions applying to those orders, a description of the supplies or services to be provided, and methods for issuing and pricing each order. The Government is not obligated to place any orders against the BPA Master Agreement.** Project Description: Paving and Roadway Repairs for Raystown Lake Contractor shall provide management, supervision, labor, materials, tools and equipment necessary to perform asphalt road resurfacing, crack sealing, chip and seal or 2 course asphalt paving of roadways and parking lots. Other non-paving maintenance requirements include line striping, parking block installation and guide rail replacement the US Army Corps of Engineers at Raystown Lake, PA. Areas to be serviced under this contract are located along the 28-mile length of Raystown Lake. The service provider shall provide labor, materials and equipment to service all locations within the area managed by the US Army Corps of Engineers at Raystown Lake. Raystown Lake is located in Huntingdon and Bedford counties in South Central Pennsylvania, approximately 95 miles west of Harrisburg and 175 miles east of Pittsburgh. It is south of the town of Huntingdon and approximately 70 miles north of the Pennsylvania - Maryland border. The dam-site is on the Raystown Branch of the Juniata River with the main access to the project via Rt. 26 S. from Rt. 22 to the North and Rt. 26 N. from the Pennsylvania Turnpike. Interested sources should note that all work under this agreement will be ordered by issuance of individual BPA calls. The call will identify terms and conditions applying to those orders, a description of the services to be provided, and methods for pricing each order. Interested contractors must furnish the following information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 237310. Provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Zones (HUBZones), Qualified Section 8(a), Woman Owned Small Business (WOSB). Contractors must be registered in SAM and Online Representations and Certifications Application (ORCA) at the time of contract award. Please see https://www.sam.gov/sam/ for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in the type of work in a similar type of location. 4. Provide three (3) examples of projects similar to requirements described above within the past five (5) years. Include point of contact information for examples provided as past performance so that the indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. In addition, this sources sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Technical questions should be forwarded to Mr. Nicholas Krupa at Nicholas.E.Krupa@usace.army.mil. Contractual questions may be sent to Christina.Sale@usace.army.mil. Responses are to be sent via email to Christina.Sale@usace.army.mil no later than 2:00pm, 24 November 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-S-0006/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore District, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN03573444-W 20141116/141114234433-c14dd51c57bfee6646282382491afa5d (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.