Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2015 FBO #4893
SOURCES SOUGHT

F -- Tree Mitigation, Indianapolis North - Indianapolis Indiana

Notice Date
4/16/2015
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-INDYNORTHFDRR
 
Response Due
5/4/2015
 
Archive Date
6/15/2015
 
Point of Contact
Levi R Speth, 5023156199
 
E-Mail Address
USACE District, Louisville
(levi.r.speth@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the construction of the following: Work will take place at three locations including two sites at Eagle Creek Park and one site at Southwestway Park. The first Eagle Creek Park site is located off Wilson Road and includes approximately 11 acres of mitigation. The second Eagle Creek Park site is located off Big Pine Drive and includes approximately 14 acres of mitigation. The Southwestway Park site is located off Mann Road and includes approximately 8 acres of mitigation. Work at all sites includes clearing where seedlings will be planted and applying herbicides (Due to the possible presence of the Indiana bat, clearing shall only be allowed after November 1, and shall be complete by February 28.). Transport bare root tree and shrub seedlings from the state nursery for planting at the Eagle Creek Park and Southwestway Park located in Indianapolis, Indiana. Store seedlings as necessary prior to planting. Plant seedlings by auger planting in an area totaling approximately 33 acres. Tree seedlings are to be planted at 435 per acre for a total number of 14,355 seedlings. Shrub seedlings are to be planted at 217 per acre for a total number of 7,161 seedlings. Construct deer fence to protect seedlings. Water seedlings, as necessary, and maintain deer fence through warranty period. Contract duration is estimated at 9 months after issuance of the Notice To Proceed (NTP). The estimated cost range is between $250K and $500K. NAICS is 561730. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email April 24, 2015 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 3. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Planting trees and shrubs in a multi-acre site. b. Projects similar in size to this project include: A minimum award amount of $250K. c. Based on the information above, for each project submitted, include: 1.Current percentage of construction complete and the date when it was or will be completed. 2.Scope of the project. 3.Size of the project. 4.The dollar value of the construction contract and whether it was design-bid build or design-build. 5.The type and percentage of the contract cost, excluding cost of materials that was self-performed as project and construction management services or physical vertical and horizontal construction by construction trade. 6.Identify the number of subcontractors by construction trade utilized for each project. d. Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. 4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. Email responses to Levi Speth at levi.r.speth@usace.army.mil. If you have questions please contact Levi Speth at levi.r.speth@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-INDYNORTHFDRR/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03702661-W 20150418/150416235518-3ca0156f506b64050463cb08383a4646 (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.