SOURCES SOUGHT
Z -- Perryville Launch Ramp
- Notice Date
- 10/13/2011
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-12-B-0001
- Point of Contact
- Yolanda M. Ikner, Phone: 9077532553, Christine A. Dale, Phone: 907 753-5618
- E-Mail Address
-
yolanda.m.ikner@usace.army.mil, christine.a.dale@usace.army.mil
(yolanda.m.ikner@usace.army.mil, christine.a.dale@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY FOR PERRYVILLE LAUNCH RAMP, PERRYVILLE ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION. The District of the U.S. Army Corps of Engineers, Alaska is conducting research prior to releasing a solicitation for Perryville Launch Ramp, Perryville Alaska. DESCRIPTION OF WORK: Construct a concrete plank launch ramp about 210 feet long ramp 20 feet wide placed on porous backfill to provide landing access to local vessels at Perryville. Construct an aggregate road between the storage pad and concrete ramp about 103 feet long. Construct an aggregate storage pad grade and 6" of pit run gravel be placed on the level subgrade. This project is contingent on availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror. If a large firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY11 subcontracting goals for this contract are a minimum of 50% of the contractor's intended subcontract amount be placed with small businesses. 17% of that to small, disadvantage businesses. 18% to woman-owned small business, 10% to HUB zone small businesses, 8.5% to veteran-owned small business, and 4.0% to service disabled veteran owned small business. All offerors are advised that they must be registered in CCR ( www.CCR.gov ) and ORCA ( http://orca.bpn.gov ) in order to receive an award. Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Contractor shall comply with commercial and industry standards, and all applicable federal, state and local laws, regulations and procedures. The estiamted magnitude of Construction is $500,000 and $1,000,000. The intent of this Sources Sought is to research qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990, which has a size standard of $33.5 million for a potential acquisition. In accordance with FAR 19.501 paragraph (c) through market research and review of the acquisition a determination will be made if this acquisition will be set aside for small business, or considered for an award to a small business under the 8(a) Program (see Subpart19.8), HUBZone (see Subpart 19.13) or service-disabled veteran-owned programs (see Subpart 19.14). The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding. Interested firms should submit to the point of contact listed below, with the following information regarding their company. •1. Company Name, Address and Point of Contact including email address. •2. Small Business status (if applicable). •3. Evidence of bonding capability. •4. Relevant work experience with similar projects. •5. How much experience do you have with remote Alaskan infrastructure work (years and type of work). •6. Relevant remote Alaska marine construction experience? Examples. Please submit all information via email www.fbo.gov : Information must be submitted no later than 1400 hours Alaska Standard Time, November 14, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-B-0001/listing.html)
- Place of Performance
- Address: Perryville, Alaska, United States
- Record
- SN02606881-W 20111015/111013234609-8dd50c31565af9ea5c68974cc17c99d4 (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 |