Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SOURCES SOUGHT

Z -- Sources Sought: Fountain City Service Base Office Building Interior Remodel

Notice Date
12/17/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-16-SS-0005
 
Archive Date
1/12/2016
 
Point of Contact
Aragon Liebzeit, Phone: 6512905418
 
E-Mail Address
aragon.n.liebzeit@usace.army.mil
(aragon.n.liebzeit@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), St. Paul, Minnesota District is seeking small business sources for the Fountain City Service Base (FCSB) office remodel project. The work site is located in Fountain City, WI (Buffalo County). Our intent is to issue an Invitation for Bids (IFB) in approximately February 2016 for the award of one firm-fixed-price construction contract. Using USACE supplied plans and specifications, the contractor will accomplish the following summary Scope of Work: Work includes but is not limited to labor and material needed to remove existing furniture and carpet, paint interior walls, install new carpet, and procure and place new furniture. Removal of existing furniture includes the removal and disposal of designated existing desks, chairs, cabinets, file cabinets, and cubicle dividers. Certain furniture items will be removed, stored, and then returned upon completion of other work items. Work will include installation of new cubicle dividers, desks, chairs, filing cabinets, shelving, and other office furniture as well as installation of electrical and network connections at work stations. Work will include the installation of ceramic tile in two rooms, cleaning of building duct work, and installation of rubber base board. Work will also include the removal of current Category 5 network cables, installation of Category 6 network cables, procurement and installation of data switches and UPSs within the existing server/network rack, and procurement and installation of crossover connections between Category 6 cable drops and analogue phone circuits. All work will require the Contractor to follow the procedures in the Army Corps of Engineers Safety Manual. The North American Industry Classification System (NAICS) code for this project is 236220; Commercial and Institutional Building Construction with a size standard of $36.5M. The estimated magnitude of construction is between $250,000 and $500,000; the contract will require 100% performance and payment bonds. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement. In order for your response to this sources sought to be considered, you must provide all of the following: 1) A capability statement expressing your firm's interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel or potential subcontractors. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. A statement from your surety is not required. 5) A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, VOSB, or Woman-Owned) with regards to the NAICS code listed above. 6) Cage Code and DUNS number (for your firm and any potential subcontractors or partners). Submit this information to Mr. Aragon Liebzeit, Contract Specialist, 180 5th St. E, Suite 700, St. Paul, MN, 55101 or via email to Aragon.N.Liebzeit@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:30 PM (local time) on December 28, 2015. This sources-sought announcement is used to identify small business concerns with the capability to accomplish the work. This is not a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-SS-0005/listing.html)
 
Place of Performance
Address: Fountain City Service Base (FCSB), Fountain City, Wisconsin, United States
 
Record
SN03971986-W 20151219/151217234538-5cec1e920eaab7dceb2eef7e65a3dd93 (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.