Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
SOURCES SOUGHT

54 -- STOTLOGS

Notice Date
2/27/2018
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18R0030
 
Archive Date
3/31/2018
 
Point of Contact
Angelia Guynn, Phone: 9186694978
 
E-Mail Address
angelia.v.guynn@usace.army.mil
(angelia.v.guynn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS RS KERR ARKANSAS RIVER NAVIGATION SYSTEM - FABRICATESTOPLOGS AND LIFTING BEAM This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and award a Stoplog and Lifting Beam Fabrication Project. Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15 Contracting by Negotiation. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: This project is located at the Robert S. Kerr Marine Terminal, 5 miles south of Sallisaw OK. The Contractor shall provide all materials, equipment, labor, instruments, tools, subcontractors, supervision, and management to complete all work required by this contract. The scope of work in general includes, but is not necessarily limited to, the following: a. Fabricate stoplogs and lifting beam in accordance with AWS D1.5, with AISC Certified Major Bridge Fabricator OR AISC Certified HSS Fabricator, up to eighteen (18) 50ft long (approximately 10-Ton) stoplogs. b. Lifting beam device in accordance with ASME B30.20 "Below-the-Hook Lifting Devices" and applicable USACE Engineering Manuals, one (1) lifting beam. Stoplog design in accordance with AISC Steel Construction Manual and applicable USACE Engineering Manuals. c. Hang test lifting beam and stoplogs prior to shipment. d. Transport and unload, accepted stoplogs to Robert S. Kerr Marine Terminal. Estimated duration of the project is 280 calendar days. The North American Industry Classification System code for this procurement is 332312 which has a small business size standard of 500 employees. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 27 July 2018, and the estimated proposal due date will be on or about 24 August 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 PM CST 16 March 2018. All interested firms must be registered in System for Award Management (SAM) (internet site (https://www.sam.gov)to be eligible for award of Government contracts. Mail, fax ((918) 669-7495), or email your response to Angelia Guynn, 918-669-4978 angelia.v.guynn@USACE.Army.mil. [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0030/listing.html)
 
Record
SN04836973-W 20180301/180227231936-f1a8bc02bbd3a57f1fc9baaa92a04110 (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.