Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOURCES SOUGHT

47 -- Lake Marion Wells Crossroad to Holly Hill Reach

Notice Date
6/28/2012
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-12-S-0999
 
Response Due
7/9/2012
 
Archive Date
9/7/2012
 
Point of Contact
William Wallace, 843-329-8089
 
E-Mail Address
USACE District, Charleston
(william.wallace@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Lake Marion Wells Crossroad Holly Hill Reach The U.S. Army Corps of Engineers, Charleston District, has a requirement for the above subject Project. This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This is not a follow-on contract. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business, Certified 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business firms and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237110, Water and Sewer Line and Related Structures Construction. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $5,000,000 and $10,000,000. Project Information: The Wells Crossroads to Holly Hill Reach Water Transmission Main contract consists of the furnishing, installing and placing into successful operation approximately 32,506 LF of 24-inch diameter, 6,200 LF of 12-inch diameter and 600 LF of 12-inch and smaller diameter water transmission mains from the vicinity of Wells Crossroads (intersection of US Highway 15 and US Highway 176) to Highway 453 - Gardner Boulevard and from Boyer Road to Highway 176 in Holly Hill, including a master meter station and all associated work. This contract includes all valves, appurtenances, roadway bores, horizontally directionally drilled pipe, testing, quality control, safety and all other related work. This contract will be a portion of the Lake Marion Regional Water System and will be owned, operated and maintained by Santee Cooper, South Carolina's electric and water utility. The Contractor will be responsible for coordinating work with local utility owners, property owners, Lake Marion Water Treatment Plant personnel, and the Town of Holly Hill water personnel. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside this procurement for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) 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." The Contractor shall be capable of providing Performance and Payment Bonds within five (5) calendar days after award. The contractor shall begin work within five (5) calendar days after acknowledgement of the Notice to Proceed. Completion time for this project will be specified in the solicitation. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Charleston District, Contracting Office; Attention: William Wallace, 69A Hagood Avenue, Charleston, SC 29403. The e-mail address for William Wallace is william.wallac@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 9 July 2012. Please submit the following information and the information required in the attached worksheets: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business. 4. Bonding Capacity: State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount) for a $10 million project. Also submit maximum bonding capacity and indicate a list of Construction Contracts underway with project Value to determine remaining bonding capacity. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in performing multi-disciplined construction operations in installing and placing into successful operation 12 and 24 -inch diameter water transmission mains. Provide documentation for your firm on past or similar efforts as a prime contractor on contracts $5M or higher. 7. Firms submitting responses shall provide information on the three most recent(within 5 years) projects that prove you can meet the qualification criteria listed above, with contract number, contract price of similar value($5M or higher), project location, description of work requirements, contact and phone number for each effort, and other references. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business 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, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Additional Info: Contracting Office Address: US Army Corps of Engineers, Charleston District, 69A Hagood Avenue, Charleston, SC 29403 Place of Performance: Holly Hill, South Carolina Point of Contact(s): William Wallace william.wallace@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73de2021bf4950c89da7d351be5368c7)
 
Place of Performance
Address: USACE District, Charleston 69-A Hagood Avenue, Charleston SC
Zip Code: 29403-5107
 
Record
SN02788862-W 20120630/120628235048-73de2021bf4950c89da7d351be5368c7 (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.