SOURCES SOUGHT
Y -- Prime Hook Beach Restoration, Prime Hook, Delaware
- Notice Date
- 3/26/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-15-B-PRIMEHOOK-RESTORATION
- Response Due
- 4/9/2015
- Archive Date
- 5/25/2015
- Point of Contact
- Michelle Johnson, 215-656-6774
- E-Mail Address
-
USACE District, Philadelphia
(michelle.l.johnson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Women-Owned Small Business, or Service Disabled Veteran Owned Business contractors for the following proposed work: The work includes dredging beachfill from a near shore borrow area and placing it along approximately 6,375 linear feet of shoreline to create a dune with a 40 foot wide crest and beach berm approximately 220 feet wide on the seaward side and 70 feet wide on the landward side. The work also includes installing about 11,885 linear feet of sand fence, planting dune grasses across the surface of the dune and incidental related work. The work shall be located at the Prime Hook National Wildlife Refuge's Management Unit II, generally between Prime Hook Beach Road and Fowler Beach Road. Award of a firm fixed price contract is anticipated in July 2015. Contract completion date is scheduled to be on or about May 6, 2016 and estimated cost range is between $10,000,000 and $25,000,000. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 237990 and the size standard is $27.5 million. NOTE: NAICS code 237990 - Dredging: 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. Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), Women-Owned Small Businesses, or Service Disabled Veteran Owned Business contractors should submit a narrative demonstrating their experience in similar scope, complexity and value. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects (scope, complexity and value), completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. Responses should be sent to Michelle L. Johnson at Michelle.L.Johnson@usace.army.mil to reach this office on or before April 9, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-B-PRIMEHOOK-RESTORATION/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Record
- SN03680864-W 20150328/150327000259-6c7fb3554e049e732fb8d938b0f25859 (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 |