Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2010 FBO #3268
SOURCES SOUGHT

Z -- Sources Sought for Playgrounds Indefinite Delivery, Indefinite Quantity (IDIQ) Contract

Notice Date
11/3/2010
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-11-R-0011
 
Response Due
11/18/2010
 
Archive Date
1/17/2011
 
Point of Contact
Christine Dye, 0611-9744-2024
 
E-Mail Address
USACE District, Europe
(christine.m.dye@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO SOLICITATION IS AVAILABLE. The U.S. Army Corps of Engineers Europe District (NAU) is issuing this synopsis to attract interest amongst prospective contractors to compete for one (1) firm fixed price, indefinite delivery, indefinite quantity (IDIQ) service contract to furnish playground equipment and installation, to include minor construction considered incidental to the equipment installation. Prospective contractors shall have a knowledge and technical expertise of playground equipment positioning and installation compliance in accordance with the National Consumer Product Safety Commission (CPSC) Guidelines, American Society for Testing Materials (ASTM), and the Americans with Disabilities Act Accessibility Guidelines (ADAAG) for playground equipment, outdoor play environment equipment installation, and monolithic (poured in place) resilient rubber surfacing, for children (infant to 18 years of age). The playground equipment to be used throughout the duration of the proposed contract shall meet these minimum requirements: (1) All parts/pieces shall be Consumer Product Safety Commission (CPSC) compliant; (2) All parts/pieces shall be Americans with Disabilities Act Accessibility Guidelines (ADAAG) compliant, including equipment for children with special needs; (3) Multi-range for ages from infant to 18 years; (4) Material shall be of non-toxic material and weather resistant; (5) The primary structural members shall contain no exposed wood surfaces or metal parts; and (6) The playground equipment shall have proper bracing and support for both soft and hard surfaces, all edges and corners will be rounded with no protrusions, and have no sharp points or elements to prevent entanglement of clothing. Additionally, due to the nature of the work and U.S. Army regulations, all equipment used under the proposed contract shall require safety certification for each task order provided by an authorized professional that is a Certified Playground Safety Inspector (CPSI). The Certified Playground Safety Inspector (CPSI) program is offered by the National Certification Board in coordination with the National Park and Recreation Association and the National Playground Safety Institute. A professional must successfully pass the CPSI examination in order to receive a three (3) year certification. For more information, please visit the following website: http://www.nrpa.org/Content.aspx?id=413. Additional Links and Information: http://www.ipema.com/default.aspx http://www.astm.org/Standard/index.shtml http://www.cpsc.gov/cpscpub/pubs/playpubs.html http://www.access-board.gov/adaag/html/adaag.htm The geographical area covered by the resultant contract includes all U.S. forces facilities and customers within the area of responsibility of the U.S. Army Installation Management Command (IMCOM) and the U.S. European Command (EUCOM). The preponderance of the work shall be in Germany, with no more than 15% of the contract work expected to be performed outside of Germany. The proposed contract will be for one (1) base year with four (4) one-year renewable options, resulting in a contract performance period of a maximum five (5) years. The estimated total contract price for the base year and all option years combined is $25,000,000.00. The maximum value of any individual task order is $5,000,000.00. The North American Industry Classification System (NAICS) Code is 238290 and the Federal Supply Code (FSC) is C129. This sources sought announcement is issued for information and planning purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP), nor does its issuance restrict the Government as to the ultimate acquisition approach. This sources sought shall not be construed as an obligation on the part of the Government to acquire any products or services. The Government will NOT reimburse the contractor for any cost associated with preparing or submitting a response to this notice. All interested sources must respond to future solicitation announcements separately from responses to this market survey. The purpose of this sources sought is to gain knowledge of interest, capabilities, and qualifications of contractors to compete and perform the resulting contract. Note that Defense Federal Acquisition Regulation Supplement (DFARS) 252.222-7002, Compliance with Local Labor Laws (Overseas), applies to these projects. Additionally, any potential awardee must be registered in the Central Contractor Registration (CCR) database. Potential offerors responses to this synopsis shall be limited to five (5) pages and shall include the following information: (1) Name, address, point of contact, phone number, and e-mail address; (2) Potential offerors interest in proposing on the solicitation when it is issued; (3) Potential offerors capability to perform multiple task orders ranging from $2,500.00 to $5,000,000.00 simultaneously, with a total estimated yearly value of $5,000,000.00, of the complexity outlined above (include at least three (3) examples demonstrating the offerors in-house capability to execute requirements of comparable work, performed within the past five (5) years, with a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); (4) Potential offerors joint venture information if applicable existing and potential. Potential offerors are encouraged to submit the information above no later than 18 November 2010 to the Contract Specialist, Ms. Christine Dye, at christine.m.dye@usace.army.mil, and the Contracting Officer, Ms. Marilyn Jackson, at marilyn.jackson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-11-R-0011/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02322011-W 20101105/101103234207-92a8735c42cc01b0c9b1f8f5a9fd0d7e (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.