SOURCES SOUGHT
Z -- Fort Randall - Spot Paint Intake and Spillway Bridges
- Notice Date
- 2/23/2010
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W59XQG00148179-W59XQG00127998
- Response Due
- 3/3/2010
- Archive Date
- 5/2/2010
- 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) Fort Randall Spot Paint Intake and Spillway Bridges 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 237310 Highway, Street, and Bridge Construction to satisfy the following requirement. We are seeking a contractor to perform work at the Fort Randall Dam Project, near Pickstown, South Dakota. The project will require that the contractor sandblast and spot paint all steel corroded members of both the intake and spillway bridges and possibly perform welding where the steel has delaminated at the connections. All residue collected from the sandblasting operation will need to be captured since there was lead-based paint applied to the original surface. The selected prime contractor should have prior experience in painting commercial steel structures of this magnitude. It is anticipated that the Government will issue a firm fixed price contract for this requirement. The estimated price range for this effort is between $1,000,000 and $5,000,000. Estimated construction time is 120 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 237310) are hereby invited to submit a response to the market survey below to demonstrate their qualifications and capability to provide the requested services. 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) 3 March 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/W59XQG00148179-W59XQG00127998/listing.html)
- Place of Performance
- Address: USACE, Omaha District Fort Randall Dam Project Pickstown SD
- Zip Code: 57367
- Zip Code: 57367
- Record
- SN02072186-W 20100225/100223234614-38a5bcb338a67051ed04782fdc2374c0 (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 |