Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2018 FBO #5903
SOURCES SOUGHT

Y -- Construction of Industrial Scale CO2 Infusion Equipment at Auxiliary Lock, Lock

Notice Date
1/19/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USGS OAG RESTON ACQUISITION BRANCH 205 NATIONAL CENTER 12201 SUNRISE VALLEY DRIVE RESTON VA 20192 US
 
ZIP Code
00000
 
Solicitation Number
140G0118R0005
 
Response Due
2/9/2018
 
Archive Date
2/24/2018
 
Point of Contact
Murray, Kris
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 237990 with a Small Business Size Standard $36.5M for an upcoming requirement to provide construction services in support of a fish barrier research project at a U.S. Army Corps of Engineers (USACE) navigational lock in the Upper Mississippi River. Specifically, it is intended that construction services will be solicited during Spring, 2018 and performed during Summer, 2018 for the temporary installation of an in-water carbon dioxide infusion system at an auxiliary lock near Lock and Dam 14 in Pleasant Valley, Iowa. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The Contractor shall furnish all supervision, travel, mobilization, labor, equipment, materials, installation, troubleshooting, repair, operation, and demobilization of a carbon dioxide (CO2) infusion system for a temporary research project at the auxiliary lock of Lock and Dam 14 in Pleasant Valley, Iowa. Strict timelines and rapid mobilization/demobilization will be required. Construction specifications and plans will be provided to the Contractor with any solicitation that is issued for this project. As part of this project, it is expected that industrial scale CO2 infusion equipment and related materials will be provided and installed by the Contractor. Upon completion of the supported research project, the Contractor shall restore the site and dispose of materials, intended for early Fall, 2018. The Contractor will be required to comply with construction requirements on USACE property, including, but not limited to: successful completion of background checks for all Contractor and sub-Contractor on-site employees, yielding to on-site USACE activities, adherence to USACE approved safety protocols, and provision (at Contractor expense) and use of required personal protective equipment. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) HUBZone Small Businesses; (4) Service-Disabled Veteran-Owned Small Business firms; (5) Women-Owned Small Businesses; and (6) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service disabled veteran-owned, women owned, HUBZone, etc.). A firm is considered small under NAICS code 237990 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $36.5M. Any information submitted is voluntary. Interested small business firms shall submit (1) NAME, ADDRESS, PHONE NUMBER, AND EMAIL ADDRESS OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including RECENT (within the last three calendar years) RELEVANT (similar projects to this requirement) PERFORMANCE HISTORY (identify (a) the name of the owner and their point(s) of contact with telephone and e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) THEIR SIZE STATUS. The information received will be used to determine the acquisition strategy. If sufficient interest and capability is not received from firms capable of satisfying this requirement and/or from firms in categories (1) through (6) above, any solicitation may be issued as noncompetitive and/or unrestricted without further consideration for small business. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company may be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs to be updated annually. All responses must be submitted NLT February 9, 2018 via e-mail to: kmurray@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0118R0005/listing.html)
 
Record
SN04794961-W 20180121/180119231251-58fa8a41670e37f24d95ae3350fdc570 (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.