Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
SOURCES SOUGHT

Y -- Forest Hollow Mobile Home Park

Notice Date
2/13/2018
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W9126G18SFH01
 
Archive Date
3/13/2018
 
Point of Contact
Vincent Daniels, Phone: 206-764-6573, Michael D. Hutchens, Phone: (409) 766-6368
 
E-Mail Address
vincent.e.daniels@usace.army.mil, Michael.D.Hutchens@usace.army.mil
(vincent.e.daniels@usace.army.mil, Michael.D.Hutchens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is for information/market research purposes ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATIONS, INVITATION FOR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Proposed project will be a competitive, firm-fixed price contract. There is no bid package, solicitation, specifications, or drawings available with this announcement. RESPONSES ARE STRICTLY VOLUNTARY. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The Government shall not be liable for or suffer any consequential damages for any improperly identified information. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 238910, Site Preparation Contractors; small business size standard is $15.0 million. The Federal Service Code (FSC) is Y1QA. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large businesses. The magnitude of construction is $1,000,000.00 to $5,000,000.00. The U.S. Army Corps of Engineers (USACE), Galveston District is issuing a Sources Sought Announcement for construction of a temporary group site for mobile home units (MHU) on a 20 acre site in Jefferson County in the City of Beaumont, Texas. The purpose of this synopsis is to gain knowledge of interest within the local area of the capabilities and qualifications of various members of industry in the Small Business Community, specifically: firms in conformance with the Robert T. Stafford Disaster Relief Emergency Assistance Act (Public Law 93-288, as amended, 42 U.S.C. 5121-5207), which provides a preference for local organizations, firms, and individuals when contracting for major disaster or emergency assistance activities. The proposed project will require the contractor to furnish all plant, labor, material, and equipment necessary for: Anticipated work which includes but may not be limited to the following; site grading, repair/replacement of approximately 101 pads, testing, cleaning and repairing onsite water; sanitary and storm sewer systems as necessary to ensure maximum possible capacity of the existing systems, minor site improvements to include repair of onsite roadways (i.e. potholes), reinstallation of all existing electrical meters to a new height of approximately 4-6 feet above grade and possible installation of new meters as necessary, replacing electrical infrastructure from existing onsite pad mounted transformers to the existing/new electric meters, and potentially reinstalling/replacing existing street lighting to ensure lighting is in compliance with all state, county and local codes and regulations. Interested parties are invited to submit capability statements. The following outline is recommended (5-page limit): (a) Company name, address and primary point of contact (b) A statement of capability (c) Recent and relevant past performance information (d) Business Ownership and Self-Certification information (i.e. Small Business, Woman-Owned Business, Veteran Owned) (e) Current Government Certifications (i.e. 8(a) certified, Small Disadvantaged Businesss, HUBZone Certified, Service Disabled Veteran Owned Small Businesss) (f) List pertinent codes: NAICS Code (numbers only), DUNS number, CAGE code (g) Bonding capability (h) Stafford Act Eligibility (see FAR 26) Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. Responses to the Sources Sought Synopsis should be received as soon as possible, but no later than 3:00 p.m. (Central Daylight Time) on February 28, 2018. The responses should be forwarded to the attention of Vincent Daniels, Contract Specialist, by email: vincent.e.daniels@usace.army.mil. All documentation submitted is limited to five (5) pages. Interested firms shall provide the above documentation in one original form. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W9126G18SFH01/listing.html)
 
Place of Performance
Address: Beaumont, Texas, United States
 
Record
SN04820828-W 20180215/180213231103-7bf2c3e2ece7f73f0d661a2e3caef344 (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.