Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2015 FBO #4821
SOURCES SOUGHT

Y -- Sources Sought - Request for Information (RFI) Number W9128F-15-S-M003 for: Paving & Drainage Repairs, Minot AFB, North Dakota

Notice Date
2/3/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-15-S-M003
 
Response Due
2/18/2015
 
Archive Date
4/4/2015
 
Point of Contact
Constance R. Ellard, 402-995-2540
 
E-Mail Address
USACE District, Omaha
(constance.r.ellard@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Response to this RFI is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Business Community (Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business, Woman Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) and Section 8(a) Participants) or small business-led teams, and small business joint ventures; that qualify under the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction (having a size standard of $36.5M). This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of interested contractors. NAICS CODE 236220, Commercial and Institutional Building Construction, Size Standard $36.5M. SCOPE OF SERVICES STATEMENT OF WORK: The scope of work will include, but not be limited to: Removal and replacement of the main paved area and all building entrance aprons as well as to provide an engineered drainage layer to mitigate frost heave. Since installation of those features will prevent effective future installation of sub-grade utilities, all buildings will be upgraded to install emergency eyewash and shower facilities. Also, all electrical will be upgraded and buildings 533 and 535 will have fire protection installed to bring the buildings up to current code. Additionally security, insulation, and structural modifications will be accomplished in various buildings as required. New racking units will be procured and installed. Relocation of current POV parking to meet force protection requirements. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the magnitude of the requirement will be between $1,000,000 and $5,000,000. Specific Requirements include: All work must be performed with USACE guidance to State and Federal requirements. Contractors are required to be registered in System for Award Management (SAM). Current registration is mandatory for receiving an award of any of these contracts (see SAM website at www.sam.gov). This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses, small business-led teams, that qualify under NAICS Code 236220 are hereby invited to submit a response to the RFI to demonstrate their technical, managerial and business capability to provide the requested services. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. This Sources Sought, coupled with the RFI, constitutes a market research tool for the collection and analysis of information to determine the capabilities and capacity of Service Providers (specifically members of the Small Business Community). SUBMISSIONS Capabilities package/response submittal must be received no later than 2:00 Central Standard Time on 18 February 2015. Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 236220 having a size standard of $36.5 Million Dollars for Commercial and Institutional Building Construction, and that can support the scope requirements, should submit a capabilities and capacity statement package. The submission shall be prepared in Microsoft WORD 2000 or greater, no more than five (5) pages, not including the Cover Letter, single spaced, 10 point font minimum. 2. A cover letter provided for the five (5) page submission shall include: a. Name and address of the company. b. Company's business size status (i.e. Small Business (SB), Small Disadvantaged Business (SDB), Women -Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (Hub Zone), Section 8(a)); c. A point-of-contact to include phone number, fax number, and email address. In addition, please provide affiliate information: parent company, joint venture partners, and potential teaming partners. 3. The capability and capacity statement package must demonstrate and address: a. Prior/current specific project experience at Federal installations, as well as, non federal installations in providing experience in removal and replacement of pavement, removal and replacement of building entrance aprons, providing an engineered drainage layer to mitigate frost heave, installation of emergency eyewash and shower facilities, upgrading electrical, installing fire protection to current code and modification to security, insulation, and structural of various buildings, and installing new racking units. Provide information that indicates that the above mentioned construction complies with all local, state and federal regulations. Experience should include magnitude, scope, and complexity of projects performed within the last three years including; Contract number, organization supported, scope of work, whether the offeror was a prime contractor or subcontractor, contract value, Government point of contact with a current telephone number, and a brief description of how the contract referenced relates to the services described herein. b. A listing of active NAICS Code 236220 Commercial and Institutional Building Construction contract(s), maximum contract capacity, committed contract capacity to date; active remaining capacity. c. Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, role of the contractor to include whether the work was self-performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. 4. This RFI is for planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Fed Biz Opps for any resultant or future solicitation package (s) that may be issued. 5. Results of the market research will be used to satisfy Parts 5, 10 and 19 and other applicable parts of the Federal Acquisition Regulation (FAR) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determine and document the capabilities and capacity of contractors to provide services as described in the Scope of Services. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, prepare benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. 6. In addition to the above, the Government requests comments from interested parties to the following questions: a. Would your firm be interested in submitting a proposal considering the anticipated scope of work items? If not, why? b. In reference to 1 above, does your firm have sufficient experience in the anticipated scope items that would allow the government evaluator to assess your firm's capability? If not, please explain. c. What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for? d. What is the maximum bonding capacity of your firm? e. What maximum annual capacity of work can your firm reasonably manage while assuring effective and efficient program/project implementation and maintaining quality products? f. What is your firm's resource availability (Staffing and Equipment) available to perform the work (self perform)? g. Address your firm's capability of execution around Minot AFB, North Dakota. Please provide recommendations. h. In what socio-economic programs does your firm currently participate (e.g. 8 (a), HubZone, Service Disabled Veteran Owned Business, etc.)? What is the extent of your participation in these programs? All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this RFI. Please e-mail responses to constance.r.ellard@usace.army.mil no later than 2:00pm, 18 February 2015. Responses must include in the subject line: quote mark Request for Information: W9128F-15-S-M003. Email responses are required and any information submitted is voluntary. This Sources Sought will be used in planning future acquisitions; proposals are not requested at this time. This is an RFI to be used in planning a future acquisition, please do not send in any cost proposals or cost information. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov, and www.acquisition.army.mil/asfi/. As such, it is the potential offerors responsibility to monitor the above mentioned sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A PRE-SOLITIATION NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-15-S-M003/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN03631453-W 20150205/150203234557-510cc70dac67840c3afd562de2d3690c (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.