SOURCES SOUGHT
Z -- Trinity River and Tributaries, Texas, in Chambers County, Texas, Wallisville Lake, Roadway Repair.
- Notice Date
- 1/29/2008
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-08-S-0007
- Response Due
- 2/13/2008
- Archive Date
- 4/13/2008
- Point of Contact
- Angela.Zahid, 409-766-3849
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Galveston
(angela.zahid@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Project Title: Trinity River and Tributaries, Texas, in Chambers County, Texas, Wallisville Lake, Roadway Repair. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. This is not a Solicitation A nnouncement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is market research to determine interest and capability of potential qualified Small Business Administration (SBA) Certified: 8(a) Small Business, Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237310. The Small Business Size Standa rd is $31.0 Million. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision for the above project. The cost range is between $250,000.00 and $500,000.00. Project Information: The work <BR >consists of repairing damaged sections of an existing roadway surface, and damaged sections of the cement-stabilized road base (totaling approximately 1,860 lineal feet) to be removed, disposed of, and replaced with a recycled crushed concrete base. The contractor shall provide Pre- Award information within five (5) calendar days after bid opening. The contractor shall provide Performance and Payment Bonds within five (5) calendar days after award. The contractor shall commence work within ten (10) calendar days after receipt of the Notice to Proceed. The contractor shall complete the entire work and roadway shall be ready for use not later than 120 calendar days after acknowledgement of Notice to Proceed. If the cont ractor fails to complete the work within 120 calendar days, contractor shall pay Liquidated Damages to the Government in the amount of $2,772.00. This work will be performed on Government property; therefore, the contractor shall be required to provide insurance in accordance with Federal Acquisition Regulation (FAR) 28.307-2, Liability. In addition, the contractor shall be required to submit a Felony Criminal Records (History) for each contract employee scheduled to work on this proposed project. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, or SBA 8(a) Small Business, the contractor shall be required to perform in accordance with Federal Acquisition Regulation (FAR) 52.2 19-14 'Limitation on Subcontracting' (b) which states 'The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees'. NOTE: (2) If the decision is to Set-Aside this p rocurement for HubZone Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. '(b) (1) A qualified HubZone SBC prime contractor receiving a HUBZONE contract for general construction may meet this requirement itself by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. NOTE: (3) If the decision is to Set-Asid e for Service Disabled Veteran- Owned Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 125.6 (b) (2) In the case of a contract for general construction, the SDVO SBC spe nds at least 15% of the cost of contract performance incurred for personnel on the concern's employees or the employees of other SDVO SBCs. If you can m eet all of the requirements for this project, please respond to this sources sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Ms. Angela Zahid, 2000 Fort Point Road, Gal veston, Texas, 77550, Phone (409) 766-3849. The fax number is (409) 766-3165. The e- mail address for Ms. Zahid is: angela.zahid@swg02.usace.army.mil Response must be received no later than 2:00 P.M. central standard time, on 13 February 2 008. The following information is required: 1. Name of firm w/address, phone and fax number, and point of contact. 2. State if your company is a certified 8(a), HubZone Small Business, or Service-Disabled Veteran -Owned Small Business. 3. Ple ase indicate whether your firm will submit a bid for this project, if this project is set- aside for 8(a), HubZone Small Business, or Service-Disabled Veteran- Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of th e total bid amount), Performance and Payment Bonds (100% of the contract amount) 5. Qualification Criteria: Responses to this sources sought shall provide information that indicates their expertise in roadway placement and repair. The evaluati on will consider overall experience. 6. Submission Requirements: Firms submitting responses shall provide information in a matrix format on the most recent, up to five projects, that prove you can meet the qualification criteria listed abov e, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Busi ness Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be us ed to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact Mr. Ronny Beesley, Operation Manager, at (409) 766-3997.
- Place of Performance
- Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Country: US
- Zip Code: 77553-1229
- Record
- SN01495066-W 20080131/080129230450 (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 |