Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
SOURCES SOUGHT

Z -- Seldovia Harbor Improvements

Notice Date
2/23/2012
 
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-0003
 
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
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR SELDOVIA HARBOR IMPROVEMENTS. 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 Seldovia Harbor Improvements. DESCRIPTION OF WORK: The replacement of the north main float and electrical system for this float, replacement of the float plane dock and installation of two galvanized steel piles at the base of the gangway at the Seldovia Harbor in Seldovia, Alaska. 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. The Estimated Magnitude of Construction is between $1,000,000 and $5,000,000. The North American Industrial Classification System code is 237990, which has a size standard of $33.5 million in average annual receipts. Note: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be canceled. If the project is canceled all proposal preparation costs will be borne by the offeror. If a large business 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 FY12 subcontracting goals for this contract are a minimum of 50% of the contractor's intended subcontract amount be place with small businesses, 17% of that to Small Disadvantaged Business, 18% to Woman-Owned Small Business, 10% to HUB zone Small Businesses, 4% Service-Disabled Veteran-Owned Small Business. 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. 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 begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for the award. Based on this interested contractors are asked to provide information on their small business status. 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, for example 8(a), Hub zone, Service Disabled Veteran-Owned, Small Business, Women-Owned Small Business) •3. Evidence of bonding capability •4. Relevant work experience with similar projects. •a. Please provide list of projects with contacts where you have designed and installed floats at a remote location. •b. Provide list of projects with contacts where you have installed piles in rock. •c. Provide list of projects with contacts where you have worked around active fishing and recreational harbors and coordinated construction activities to accommodate harbor users. •d. Provide list of projects with contacts where you have replaced floats with existing piles left in place. •e. Provide list of projects with contacts where you have replaced floats with electrical and plumbing left in place. •f. Provide list of projects with contacts where you have designed floats to match up to floats to be left in place. •5. How much experience do you have with remote Alaskan infrastructure work (years and type of work)? Please submit all information via email www.fbo.gov. Information must be submitted no later than 1400 hours, Alaska Standard Time, Friday, March 9, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-B-0003/listing.html)
 
Place of Performance
Address: Seldovia Harbor, Seldovia, Alaska, United States
 
Record
SN02681037-W 20120225/120223234248-6add48cba2105642e8580375bcfa2f97 (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.