SOURCES SOUGHT
Z -- Sources Sought market research for the Napa Salt Marsh Restoration - Sources Sought: Napa Salt Marsh Restoration
- Notice Date
- 11/11/2012
- 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, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
- ZIP Code
- 94103-1398
- Solicitation Number
- W912P7-13-R-NAPA
- Point of Contact
- James E Garror, Phone: 415/ 503-6988, Rick Vredenburg, Phone: 4155036986
- E-Mail Address
-
James.E.Garror@usace.army.mil, rick.p.vredenburg@usace.army.mil
(James.E.Garror@usace.army.mil, rick.p.vredenburg@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought market research for the Napa Salt Marsh Restoration. Please pay close attention to the areas highlighted by 'ARROWS.' This is a SOURCES SOUGHT NOTICE for market research purposes ONLY. This will assist us in determining the availability of small business firms for a potential small business category type set-aside. No award will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do not request a copy of said documents. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email at James.E.Garror@usace.army.mil and Rick.P.Vredenburg@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Specifically, the purpose of this notice is to gain knowledge of potential small business (SB) sources in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), to provide t he construction of the Napa River Salt Marsh Restoration Project to restore Ponds 6, 6A, 7, 7A, and 8 to managed and tidal wetlands. The capabilities will be evaluated solely for the purpose of determining Set-Aside status for the small business community or to conduct this potential solicitation as an unrestricted procurement. Large businesses may respond to this notice in the event the market research does not indicate SB capabilities; however preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in February 2012. The estimated cost range according to the Federal Acquisition Regulations (FAR ) part 36.204 is between $10,000,000 and $25,000,000. The NAICS Code is 237990, the size standard is $33.5 million, and the Federal Supply Code is 1731. The estimated duration of the project is 700 calendar days. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. (SEE ATTACHED FOR SPECIFICS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-13-R-NAPA/listing.html)
- Place of Performance
- Address: Wine Country, beautiful Napa California, Napa, California, United States
- Record
- SN02929154-W 20121113/121111233016-d50b760d8059e9ed400883be5ffad247 (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 |