SOURCES SOUGHT
Z -- Noyo Jetty Repair, Noyo Harbor, Fort Bragg, California
- Notice Date
- 12/7/2017
- 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
- W912P7-18-S-0014
- Point of Contact
- James E Garror, Phone: 415/ 503-6988, Roberto L. Escobedo, Phone: 4155036949
- E-Mail Address
-
James.E.Garror@usace.army.mil, Roberto.l.Escobedo@usace.army.mil
(James.E.Garror@usace.army.mil, Roberto.l.Escobedo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Noyo Jetty Repair: Sources Sought Synopsis This Sources Sought announcement is part of a Market Research for information ONLY, to be used for preliminary planning purposes. This is not a solicitation for proposals, and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. The purpose of this sources sought notice is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Others than Small Businesses may respond to this notice in the event the market does not indicate significant Small Business interest. NO AWARD will be made from this sources sought. <NO SOLICIATION, SPECIFICIATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME> PROJECT DESCRIPTION: Construction services will consist of jetty repairs and removal of stones from a navigation channel at Noyo Harbor in Fort Bragg, California. Repairs will be made to approximately 250 linear feet of the North Jetty in order to return the structure to a stable condition. The North Jetty consists of a 345 foot long trapezoidal concrete mass structure with armor stone protection. The proposed repair will involve placement of a mix of concrete and crushed stone in an approximately 50 foot long cavity on the channel side of the concrete mass. New 12 ton armor stones will then be placed over the repaired section and adjacent exposed sections of the concrete mass. In addition, armor and core stones will be removed from the Noyo Harbor Entrance Channel and adjacent areas, and placed either on the North Jetty or in a nearby stockpile area. The North Jetty has limited access by land, and is also accessible by sea. The location of this work is at Noyo Harbor, Fort Bragg, California. The estimated range of this project is $1,000,000 - $5,000,000. Estimated duration of the project: Six Months. Estimated Quantity: 1,200 to 1,800 tons of stone. Anticipated solicitation issuance date is on or around late February 2018 and the estimated Bid Open date is on or around late March 2018. The official synopsis siting the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990 - Marine Construction (listed under Other Heavy and Civil Engineering Construction). The Federal Service Code (FSC) will be Z1KF. The Standard Industrial Code (SIC) used is 1629 Small Business Size Standard for this acquisition is $36,500,000 Million. CAPACILITIES AND QUALIFICATIONS: Prior Government contract work is not required for submitting a response to this sources sought notice. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 10 single-sided pages with a minimum font size of 10 points. 1. Offeror's name, address point of contact, phone number and email address. 2. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, and dollar value of project). Provide at least 3 examples if applicable. 3. Offerors should describe the availability and capability of all necessary equipment, particularly the crane, to effectively complete the work. 4. Offeror's type of business and business size (whether large business, small business, certified HUBZone, Service Disabled Veteran Owned, certified 8(a), etc). 5. Offeror's joint venture information, if applicable, existing and potential. RESULT INFROMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. All interested contractors or potential offerors having the skills and capabilities necessary to perform the described service above should notify this office in writing by email or mail by 5:00 Pacific Time on 8 January 2018. Submit response and information to: James.E.Garror@usace.army.mil, CESON-CT, US Army Corps of Engineers, San Francisco District, 1455 Market St., Suite 1741B, San Francisco, CA 94103-1398. _____________________________________________________________________________________________ Contracting Office Address: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 Place of Performance: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 US Point of Contact(s): James E. Garror, 415-503-6988 James.E.Garror@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-18-S-0014/listing.html)
- Record
- SN04761037-W 20171209/171207231820-d99899562ed1e40faa957baa526959fe (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 |