The RFP Database
New business relationships start here

Spud Point Breakwater Railing Repair, Bodega Bay, California


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 replacing hand railings at Spud Point Marina breakwater in Bodega Bay, California. Repairs will be made to approximately 1,950 feet of railing in order to provide for public safety, as the breakwater is frequently accessed by the public. The repairs consists of replacing railings and railing supports with steel (or similar metal) specified to perform with minimal deterioration in salt water environments (marine environments). The repairs will also consist of concrete work to secure and patch old railing supports and to install new railing supports as needed. The Spud Point Marina Breakwater is accessible by land and sea.


The estimated range of this project is between $100,000 - $250,000.


Estimated duration of the project: Two Months.


Estimated Quantity: 8,000 to 12,000 linear feet of railing, and less than 5 cubic yards of concrete.


Anticipated solicitation issuance date is on or about late March 2018 and the estimated Bid Open date is on or about late April 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 16 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


James E Garror, Contract Specialist , Phone 415/ 503-6988, Fax 415/ 503-6694, Email James.E.Garror@usace.army.mil - Roberto L. Escobedo, Contract Specialist, Phone 4155036949, Fax 4155036694, Email Roberto.l.Escobedo@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP