Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2010 FBO #3004
SOURCES SOUGHT

Z -- Big Bend Dam Project - Downstream Drainage System Rehabilitation

Notice Date
2/12/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-R-0024
 
Response Due
2/23/2010
 
Archive Date
4/24/2010
 
Point of Contact
Edward Jackson, 402-995-2087
 
E-Mail Address
USACE District, Omaha
(edward.j.jackson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Information (Sources Sought Notice) Big Bend Dam - Downstream Drainage System Rehabilitation The U.S. Army Corps of Engineers, Omaha District, is seeking qualified members of the Small Business community (e.g. Small Business (SB), 8(a) Program Participant, HUB Zone firm, Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Woman-Owned Small Business (WOSB)) that qualify under the North American Industry Classification System (NAICS) Code 237990 - Other Heavy and Civil Engineering Construction - to satisfy the following requirement. We are seeking contractors to perform work at the Big Bend Dam Project, near Fort Thompson, South Dakota. The project will require that the contractor excavate out and dispose of approximately 4,200 feet of existing 6 corrugated metal drain tile, 600 feet of 10 corrugated metal drain tile, and 860 feet of 12 corrugated metal drain tile. The drain tile will be replaced with Schedule 40 PVC drain tile of the same size and length to be removed. The work will also require replacing 15 corrugated metal cleanout riser pipes with Schedule 40 PVC riser pipes. Old trench drainage filter material will be disposed of at a designated site on project lands and the contractor will provide new full-depth drainage material. Trench depths are on the order of five (5) feet. The top four (4) inches of the trench will be top soiled and seeded. Soft and wet conditions may be encountered, particularly during the Spring and Fall of the year. Estimated construction time is 150 days. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors (who are qualified members of the Small Business community and that qualify under NAICS Code 237990) are hereby invited to submit a response to the market survey below to demonstrate their qualifications and capability to provide the requested services. It is anticipated that the Government will issue a firm fixed price contract for this requirement. The estimated price range for this effort is $250,000 to $500,000. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested contractors must furnish the following information: General Information 1.What is your company name, address, point of contact, phone number, and e-mail address? 2.What type of Small Business(es) is your company (i.e. under what socio-economic factors does your small business qualify, if any)? 3.Do you have any corporate affiliations? If so, please identify. 4.Are you interested in participating as a leader or member of a Small Business-led team? a.If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b.Provide a list of potential team members and associated disciplines, if known. c.Describe your current/anticipated team management structure. Past Performance Information 5.Please provide any past performance information for the previous 3 years that clearly demonstrates familiarity and experience with the requirements. For each project, include the following information: a.Description, term/length, and size/complexity of job; b.Information on your role as a prime contractor, subcontractor, or member of a team of businesses or joint venture (and whether manager or participant); and c.Point of contact (POC) at the customer/agency/prime contractors organization who can verify contact information and provide information on the specific tasks you performed on the job/project. Responses to this announcement may be sent electronically to Eddie Jackson at edward.j.jackson@usace.army.mil and should arrive no later than 3:00 p.m. (CST) 23 February 2010. Responses should be limited to no more than 10 pages. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. U.S. ARMY CORPS OF ENGINEERS ATTN: EDDIE JACKSON (CENWO-CT-C) 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Eddie Jackson at 402-995-2087 or via e-mail at the email address above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-R-0024/listing.html)
 
Place of Performance
Address: USACE, Omaha District Big Bend Dam Project Fort Thompson SD
Zip Code: 57339
 
Record
SN02064404-W 20100214/100212234352-ed170ba82c08bd47dd161cb3305a9bdc (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.