Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOURCES SOUGHT

Y -- IDIQ Construction and Maintenance - Map of NOAA Facility Regions

Notice Date
3/3/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133IDIQConstruction
 
Archive Date
3/28/2015
 
Point of Contact
ANTHONY CHEEVER, Phone: 206-526-4395, Erik Lundstrom, Phone: 2065266347
 
E-Mail Address
anthony.cheever@noaa.gov, erik.lundstrom@noaa.gov
(anthony.cheever@noaa.gov, erik.lundstrom@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Location of NOAA Facilities in WAD and by Regions This is a SOURCES SOUGHT SYNOPSIS and IS NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of ALL potential qualified firms, including Small Businesses, HubZone, 8(a) and Service Disabled Veteran owned firms. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. The scope of the contract includes furnishing all equipment and materials and performing all labor and supervision for the following, but not limited to: painting, carpet installation and replacement, seal and stripping of parking lots, roof replacement, and heating ventilation and air conditioning (HVAC) systems. The National Oceanic and Atmospheric Administration (NOAA) Western Acquisition Division (WAD), anticipates a future procurement for these services. The location of the work is at NOAA Facilities in the Southern Region, the Western Region, the Alaska Region, the Pacific Region, and the Central Region. See attached Map. The construction activities will be executed through multiple task orders. The successful contractor(s) will provide all required project management. The types of construction repairs and maintenance work to be accomplished may involve, but not limited to: Painting - Interior and Exterior Office Painting. To provide priming and painting of all specified wood, metal and concrete painted surfaces to be restored, and to perform all necessary restoration work to existing deteriorated painted interior/exterior surfaces. Carpet Installation and Replacement. To purchase, deliver, remove, and install carpet in offices, conference rooms, and common areas. Parking Lot - Seal and Stripping and access roads. Paving repairs and restriping to existing parking lots, clean and repair deteriorated areas, sealing, restriping and parking space layout. Roof Replacement to include the removal and installation of existing roof; asphalt, shingle, metal seams, gutters; ridgecaps; felts; metal flashings; metal drip edges; caulking; rotted fascia boards, rotted edging boards, and rotted decking boards as needed; and of existing lightning protection system as needed. Heating Ventilation and Air Conditioning (HVAC) systems to include Computer AC systems, Controls and components, refrigeration and heating systems, plumbing, and fire detection and suppression systems. The maximum term/capacity of the contract issued under this competition will be either three (3) to five (5) Years (36/60 Months) or when the sum of the dollar value of all task orders awarded under the contracts in the MATOC pool total a Maximum Not to Exceed Value $5,000,000.00 to $10, 000,000.00. The initial ordering period under the awarded MATOC contracts will be one (1) year (12 months) with options to extend the ordering period to the maximum Five Years (60 Months). Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36,500,000.00. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) and NAICS code designations shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). 4. Description of capability to perform the proposed construction, manage subcontractors, and capacity to execute this project with other ongoing construction contracts. 5. Demonstrate capability for working multiple projects as well as multiple locations and states as cited. 6. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete and that ran concurrently within the past six years. At least two (2) of the five projects shall be of a Davis Bacon. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Projects examples MUST range from $200,000 to $10,000,000. Responses should be submitted to Anthony Cheever, Contract Specialist, anthony.cheever@noaa.gov or by mail submittals to National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division, 7600 Sand Point Way NE SOU6, Seattle, WA 98115. Submittals are due no later than 13 March 2015. Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133IDIQConstruction/listing.html)
 
Place of Performance
Address: National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division, 7600 Sand Point Way NE SOU6, Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN03656708-W 20150305/150303234428-527bd5e9d7d70732df8bd8c7df04100a (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.