Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2015 FBO #4859
SOURCES SOUGHT

Z -- Tully Spillway Bridge Repairs, located at the Tully Dam located near the town of Royalston, Massachusetts

Notice Date
3/13/2015
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-15-X-0015
 
Response Due
4/3/2015
 
Archive Date
5/12/2015
 
Point of Contact
Lennie K. Mattis, 978-318-8938
 
E-Mail Address
USACE District, New England
(lennie.k.mattis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for the Tully Spillway Bridge Repairs construction project located at the Tully Dam located near the town of Royalston, Massachusetts to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned and Small Business concerns as described below. The NAICS code for these procurements is 237310. The project is planned to be issued on or about April 2015. The construction will occur in the fall of 2015 and is expected to take about four months, including submittal approval. The estimated construction cost is between $100,000 and $500,000.00. This project consists of the following components: -Cutting and removal of failed concrete on the existing deck, bridge joints, and sidewalk -Placement of rapid-set (Mono-Aluminum Liquid Phosphate (MALP)) concrete into the patch areas, which include deck, bridge joints and sidewalk -Placement of a concrete sealer and epoxy sealant over the top of the entire bridge deck -Use of extensive traffic control since this is a heavily used public way Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The project examples must include the firm's experience in using rapid-set (MALP) concrete. The projects must have been performed within the last five years. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications. Proof of bonding capability is required. Responses are due April 3, 2015. Responses should be emailed to ATTN: Lennie K. Mattis; Lennie.k.mattis@usace.army.mil Responses are limited to twenty pages. Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-15-X-0015/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN03667833-W 20150315/150313235348-a9e8bc69903c62bdff50120514ab07c8 (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.