Port Monmouth Hurricane and Storm Damage Reduction - Phase II, Contract 4A
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COM... THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. The purpose of this announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry including Large Business and the Small Business Community to include but not limited to Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business and Service -Disabled Veteran-Owned Small Business (SDVOSB), for a contract involving road regrading. The NAICS Code is 237990 (size standard $36.5 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time. Responses will be used to determine appropriate acquisition decisions for a future procurement. If qualified firms do not respond to this Sources Sought notice, the construction contract may be acquired under full and open competition. Results of the market research will/will not be posted to www.fbo.gov. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for construction of the Phase II, Contract 4A components of the Port Monmouth Hurricane and Storm Damage Reduction Project in Middletown Township, NJ. Contract 4A includes regrading of State Route 36 that is under NJDOT jurisdiction (80 linear feet on the northbound side and 125 linear feet on the southbound side) and regrading a property along Wilson Avenue. Utility relocations include overhead electric and telecommunications poles and lines. Additional project features include fencing, soil erosion and sediment control measures and landscaping. The estimated construction magnitude cost is between $1 and $2 million. Award is projected in June 2019. SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following items. At the end of this survey you will be asked to provide your comments. Offerors response to this Synopsis shall be limited to 20 pages. 1. Name of responding firm with address, phone number, fax number, point of contact and email address. 2. Identification and verification of the company as a: a. Small or large business firm as defined by SBA, or b. Certified HUBZone firm, or c. Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or d. SBA certified 8(a) firms serviced by SBA districts located within Region I-New England, Region II-Atlantic, and Region III-Mid Atlantic e. Women Owned Small Business f. Offerors Joint Venture information if applicable - existing. 3. A CAGE Code and DUNS Number for the firm. 4. Statement of Interest: Please indicate if your firm is willing to submit an offer for the contract described above. If not, please explain why not. 5. Indicate if your firm would be bidding on this contract as a sole contractor, prime contractor with subcontractor(s), or as a joint venture. 6. Indicate if there is a dollar limit on the size contract that you would bid. 7. Indicate Bonding Capacity: per contract and total bonding capacity. 8. Qualification Criteria: Responses to this sources sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Include: a. Experience with coordination of utility relocations including cable, fiber optic, telephone and electric. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed. b. Experience with implementing traffic detours on State and County roads. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed. c. Experience with New Jersey Department of Transportation requirements for work on roads within their jurisdiction. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information), whether you are a NJDOT approved contractor and the dates the work was performed. d. Type of heavy construction equipment you own and/or operate that is suitable for the work described. For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics. e. The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertain to specific set-asides: FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides). FAR 52.219-3 (Pertains to HUBZone Set-Asides).FAR 52.219-27 (Pertains to Service-Disabled Veteran-Owned Small Business Set-Asides). FAR 52.219-30 (Pertains to Women-Owned Small Business Set-Asides). 10. Contractor's comments or recommendations. Please provide, if any. Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Firms should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Submit one (1) Survey Questionnaire response via e-mail to: Monica Chahary, Contract Specialist monica.c.chahary@usace.army.mil Survey Questionnaires will not be accepted after 5:00 pm on the original response date shown in the advertisement on FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the qualifications statements will not be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »