Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 04, 2017 FBO #5672
SOURCES SOUGHT

Z -- Coos Bay Dock Repair Follow-on project

Notice Date
6/2/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N17B0013
 
Archive Date
6/29/2017
 
Point of Contact
Derek Caputi, Phone: 5038084613
 
E-Mail Address
derek.caputi@usace.army.mil
(derek.caputi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a Construction contract USACE Field Office located in Coos Bay, Oregon. The Coos Bay Dock Repair Follow-on project consists of the following: a) Replace a 9-pile mooring dolphin b) Replace two 19-pile mooring dolphins c) Replace a small vessel floating dock and attached gangway and handrail d) Replace longitudinal and transverse bracing The purpose of the proposed action is to increase safety and ease of use for the USACE dredges that use this dock for mooring throughout the dredging season. Construction activities are anticipated to occur during the in-water work window, from October 1, 2017 through February 15, 2018. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience as it relates to this project. Two projects maximum will be accepted for review. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction The size standard: $36.5M Federal Service Code: Z2PZ, Repair or Alteration of Other non-building facilities Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. Contract duration is estimated at 150 calendar days. The estimated Magnitude of Construction for this project is between $500,000 and $1,000,000. 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-17-B-0013 Coos Bay Dock Repair Follow On. Please send to Derek Caputi, Contract Specialist, at derek.caputi@usace.army.mil by 2:00 pm Pacific Standard Time, Wednesday, June 14th, 2017. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. Projects considered similar in scope to this project include renovations at other dock and dolphin facilities with impact and vibratory driving, use of bubble curtains, and civil work. The example projects shall illustrate how the contractor is able to work safely following all OSHA protection guidelines, how the contractor is able to follow all OSHA hoisting and rigging regulations, and how the contractor can work cohesively with multiple agencies all while completing the project within project deadlines. The Government may verify information in CPARS or PPIRS. 5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N17B0013/listing.html)
 
Place of Performance
Address: 1460 N Bayshore Dr, Coos Bay, Oregon, 97420, United States
Zip Code: 97420
 
Record
SN04530914-W 20170604/170602234626-ea89fee7dcc089bff47786766b8cf267 (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.