SOURCES SOUGHT
Z -- Various Facility Upgrades at the NETC
- Notice Date
- 7/21/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFEEM-09-R-0034
- Point of Contact
- Sarah J. Huwig-Leister, Phone: (301) 447-1053, Adams, Cindy, Phone: 301-447-1221
- E-Mail Address
-
jane.huwigleister@dhs.gov, cindy.adams@dhs.gov
(jane.huwigleister@dhs.gov, cindy.adams@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement is posted as a Request for Information (RFI) for an upcoming requirement for the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) for various facility upgrades at the National Emergency Training Center in Emmitsburg, Maryland 21727. The purpose of this RFI is to determine whether or not there are qualified HUBZone Small Business Concerns or Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) that are interested and capable of performing this work. The estimated value of this procurement is between $1,000,000.00 and $5,000,000.00. The applicable North American Industry Class System (NAICS) code is 236220, with a small business size standard of $33.5 million (average annual receipts for 3 preceding fiscal years). Payment and performance bonds are required. The performance period for the entire contract is twelve (12) months after award. The contract will be broken down into several projects to provide all labor, material, equipment, apparatus, tools, transportation and services necessary for, and incidental to, the following miscellaneous facility upgrades: (1) Provide two (2) 1000 Gallon Sanitary Sewer Storage Tanks at the Sewage Lift Station; (2) Install New UPS Unit in Bldg. E; (3) Install a 10 Ton Package AC Unit in Bldg. E; (4) Provide Tie-In of a Government Furnished 100KW Generator and ATS in Bldg. L; (5) Paint Exterior of Barn; (6) Provide Roof over Storage Area at the Barn; (7) Repair Fascia Boards at Bldg. A; (8) Provide New Roof on Solarium at Bldg. B; (9) Provide Concrete Floor in Basement of Bldg. R; (10) Provide New Pre-Insulated Underground Pipe for Steam Service to Bldg. K; (11) Install Snow Guards to the Roof of Bldg. I; (12) Replace Rubber Roofing of Bldg. K; (13) Install New Roof in Storage Area of Bldg. K; (14) Repair or Replace Copper Gutter and Downspouts at Bldg. B, C-East, D, E (including Scuppers), F, G, H; K, & M; (15) Remove Carpet and Install New Carpet in Bldgs. A, C-East, C-West, D, F and L; (16) Paint Interior Dormitory Buildings A, C, D, L and F to include rooms, hallways, and stair towers; (16) Clean and Sanitize HVAC System in Bldg. K; (17) Install Elevators in Bldgs. D, F, K and L ; (18) Install Back-up Generators for Various Buildings; (19) Replace Sidewalks; (20) Replace Diesel Fuel Pump; and (21) Replace Cooling Tower in Bldg. J. It is anticipated that this contract will be a firm fixed price construction contract. At the present time, this acquisition is being considered for either a 100 percent set aside for HUBZone small business concerns or 100 percent set aside for SDVOSB concerns. Interested HUBZone small business concerns or SDVOSB concerns should indicate their interest to the Contract Specialist in writing, as early as possible, but to be received not later than 4:00 p.m. on July 28, 2009. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1405, if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by email to jane.huwigleister@dhs.gov At a minimum, all responses must include the following information: (a) a copy of the certificate issued by SBA of your qualifications as either a HUBZone concern or SDVOSB concern; (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact and telephone numbers; (d) past performance references with points of contact and telephone numbers (at least two are requested) but more may be submitted; and (e) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-7, Notice of Total SDVOSB set-aside will apply, which requires that at least 15% of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or SDVOSB set aside. Failure to submit all information requested may result in an 8(a) sole source set aside. This RFI is for market research and planning purposes only and is not to be construed as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this RFI. Respondents will not be notified of the results of the reviews; however, if it is determined that a HUBZone or SDVOSB set aside will be pursued, it will be posted at https://www.fbo To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification]. All information submitted in response to this RFI must be received on or before the closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-09-R-0034/listing.html)
- Place of Performance
- Address: National Emergency Training Center, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- Zip Code: 21727
- Zip Code: 21727
- Record
- SN01882218-W 20090723/090722000458-6cd3a5f1ed4aa1bdb789aa8ce9ac7250 (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 |