Federal Bid

Last Updated on 20 Jun 2009 at 8 AM
Sources Sought
Galveston Texas

Z--Buffalo Bayou and Tributaries, Texas in Harris County, Texas, Addicks and Barker Dams, Conduit Voids Repair.

Solicitation ID W912HY-09-S-0017
Posted Date 06 Apr 2009 at 9 PM
Archive Date 20 Jun 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Galveston Texas United states 77553
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS.
THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The
Sources Sought Number for this announcement is W912HY-09-S-0017. Project Title: Buffalo Bayou and
Tributaries, Texas, Addicks and Barker Dams, Conduit Voids Repair. The U.S. Army Corps of Engineers,
Galveston District, solicits for Capability Statements from all qualified and interested parties from Service
Disabled-Veteran Owned Small Business, Small Business Administration (SBA) 8a firms, and SBA-certified
HubZone Small Business. The NAICS Code for the proposed acquisition is 237990, Other Heavy and Civil
Engineering Construction, and the small business size standard is $33.5Million. The Military Federal Supply
Code is Z219. The order of magnitude for this effort is between $600,000 and $1,000,000. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition
decisions to solicit this project as either a competitive Service Disabled-Veteran Owned, 8(a) or HubZone; or
proceed with full and open competition as Unrestricted.
PROJECT INFORMATION: The work consists of coring through the concrete conduit and placing grout type
material in several locations along the conduits. The Contractor will be working inside the outlet conduits
under both Addicks and Barker Dams. The water will have to be controlled to keep the work area dry. The
Contractor shall provide Performance and Payment Bonds within two (2) calendar days after award. The
contractor shall commence work within ten (10) calendars days after the date of acknowledgement of the
Notice to Proceed. Completion time for this project is 75 calendar days. If the contractor fails to complete the
work within the time specified in the contract, the contractor shall pay Liquidated Damages to the
Government in the amount of $1,141.00 for each calendar day of delay until the work is completed or
accepted. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business
(SDVO), the contractor shall be required to spend at least 15% of the cost of contract performance incurred
for personnel on the concern's employees or the employees of other SDVO in accordance with the Code of
Federal Regulation (CFR) PART 125, Sec.125.6, Prime contractor performance requirements, paragraph (b)
(2). NOTE: (2) If the decision is to Set-Aside this procurement for HUBZone Small Business, the qualified
HUBZone spends at least 15% of the cost of contract performance incurred for personnel on the concern's
employees. In addition to CFR PART 125 and in accordance to CFR PART 126, paragraph (b) states that 'In
addition to the requirement set forth in Sec.125.6(c), one or more qualified HUBZone Small Business must
spend at least 50% of the cost of the contract incurred for personnel on it's own employees or employees of
other qualified Small Business concerns. A qualified HUBZone Small Business concern prime contractor
receiving a HUBZone contract for general construction may meet this requirement itself by expending 50% of
the cost of the contract incurred for personnel on it's employees or it may subcontract at least 35% of the cost
of the contract performance incurred for personnel to one or more qualified HUBZone small business
concerns. A qualified HUBZone prime contractor may not, however, subcontract more than 50% of the cost
of the contract incurred for personnel to non-qualified HUBZone small business concerns'. NOTE: (3) If the
decision is to Set-Aside for SBA 8(a) program, the concern will perform at least 15 percent of the cost of the
contract, not including the cost of materials, with it own employees in accordance to Federal Acquisition
Regulation 52.219-14. The Government invites contractors with the capabilities necessary to meet or exceed
the stated requirements to submit Capability Statements consisting of appropriate documentation, literature,
brochures, and references anticipated to be five to ten pages, following the set format. Respondents must
include references and a capability statement for at least five completed projects within the last three years of
similar work. Each reference shall include the company name and title, telephone number, and point of
contact. Provide evidence of sufficient available bonding capacity with the name of bonding company,
telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor
on other similar projects. The capability statements for each project should be numbered consistent with the
below requirements followed by supporting documentation. Offerors need to provide a list of projects by
contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant construction experience with federal government work within the last 3 calendar
years, for projects of similar size, scope, and complexity.
2. Recent and relevant experience with coring through concrete conduits, placing grout type material in
several locations along the conduits, working inside outlet conduits under dams, controlling water to keep
work area dry.
Include proof of bonding capacity between $500,000.00 and $1,000,000.00.
4. Provide proof of SBA certification for either 8a or HubZone status.
The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements
regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to
the areas specified herein. Any commercial brochures or currently existing marketing material may also be
submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any
potential future offerings, but participation will assist the Galveston District in making an appropriate
acquisition decision. This synopsis is for information and planning purposes only and is neither to be
construed as a commitment by the Government nor will the Government pay for information solicited.
RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Please visit www.fbo.gov to view the Sources Sought Decision. After
completing it's analysis, the Government will determine whether to limit competition among Service -
Disabled Veteran Owned Small Business, 8a, or HubZone Small Business firms; or proceed with full and
open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time
will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT
synopsis may be e-mailed to Ms. Angela Zahid at [email protected] or mailed to U.S. Army
Corps of Engineers, Galveston District, ATTN: Ms. Angela Zahid, Contracting Division, 2000 Fort Point
Road, Galveston District, 77550. Voice (409) 766-3849or Fax (409) 766-3010. Responses must be received
no later than 21 April 2009 at 2:00 P.M. Central Time. For Technical questions, please contact Ms. Terri
Carlson, Construction Manager, at (409) 766-3176 or e-mail at: [email protected]

Bid Protests Not Available