SOURCES SOUGHT
Y -- Union Beach, NJ Hurricane and Storm Damage Reduction Project Contract 1
- Notice Date
- 1/29/2018
- 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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-18-S-0007
- Archive Date
- 2/28/2018
- Point of Contact
- Orlando Nieves, Phone: 9177908078, ,
- E-Mail Address
-
orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 237990. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. The purpose of this announcement is to gain knowledge of potential business sources with specific interest in small business, certified 8(a) services by SBA districts located within Region I-New England, Region II-Atlantic and Region III-Mid Atlantic, certified HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women Owned Small Business, for contracts involving beach renourishment. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for construction of the Phase 1 components of the Union Beach Hurricane and Storm Damage Reduction Project in Union Beach, NJ. 1. Description of project: A. Phase 1 includes beachfill renourishment of approximately 500,000 – 1,000,000 CY, 1 gravel pedestrian crossover, 1 ADA timber pedestrian crossover, 1 gravel vehicular crossover, 1 stormwater outfall extension, 5 interior drainage modifications, 2 groins and revetments and 5 acres of dune planting. The estimated construction cost range is $40 - $60 million. Award is projected in May 2018. 2. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. All firms (large or small business) should respond to the project if they are interested in performing it. 3. The North American Industry Classification System (NAICS) code is 237990. The Small Business Size standard is $36.5 Million. 4. The following information is required and should be provided if a firm is interested in performing the work: (1) Name of firm w/ address, phone, and fax number, point of contact and email address. (2) Identification and verification of the company as a HUB Zone small business firm, or, A Service-Disabled Veteran Owned Small Business firm, or, A Small business firm, A SBA certified 8(a) firm, or, A large business firm. (3) A CAGE Code and DUNS Number for the firm. (4) Statement of Interest: Please indicate whether your firm intends to submit an offer for this project. (5) Qualification Criteria: Responses to this source sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Please include the following in your submission: (i) Forecasted use of materials, equipment including land-based equipment & pumps and storage location if applicable; (ii) Capabilities and Capacity for intended operations, (iii) capability of working around environmental windows, (iv) do you foresee any problems with the construction duration as indicated above and the area subject to a shutdown during the environmental window period? (6) Bonding Capacity: per contract and total bonding capacity. (7) The interested contractor should list the percentage and type of work that they will self- perform. Interested responders should refer to the following FAR Clauses to see the Limitation of Subcontracting that pertains to specific Set-asides. FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides). FAR 52.219-3 (Pertains to HUBZone Set-asides). FAR 52.219-27 (Pertains to Service Disabled Veteran Owned Small Business Set-asides). 5. Please send all responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843 ATTN: Orlando Nieves, Contract Specialist New York, NY, 10278-0090 Or e-mail responses to orlando.nieves@usace.army.mil Responses are due no later than 4:00 PM Eastern Standard Time (EST) 13 February 2017. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-S-0007/listing.html)
- Place of Performance
- Address: Union Beach, New Jersey, United States
- Record
- SN04802745-W 20180131/180129231115-e7daf72e583a7f457839e282989fae85 (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 |