SOURCES SOUGHT
Z -- JFK Granite Walkway Refinishing
- Notice Date
- 12/29/2015
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-16-R-0019
- Archive Date
- 2/2/2016
- Point of Contact
- Sandra Kharan, Phone: 7572017643, Tramaine J. Sims, Phone: 7572017839
- E-Mail Address
-
sandra.a.kharan@usace.army.mil, Tramaine.J.Sims@usace.army.mil
(sandra.a.kharan@usace.army.mil, Tramaine.J.Sims@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NACIS CODE. Responses are to be sent via email to sandra.a.kharan@usace.army.mil no later than 12:00 pm, 18 January 2016. The Norfolk District, Corps of Engineers is conducting market research to identify potential sources for alternative treatments to improve slip resistance that can be done in place to refinish approximately 12,600 square feet of the existing granite walkways and Plaza of the JFK Memorial, and recommend the best way ahead to have this surface match as close as possible the granite paving to the Senator Robert Kennedy's gravesite and to provide a cost estimate for each method. USACE is considering the following refinishing options: a. Thermalizing b. Bush hammering or rotary bush hammering c. Acid treatment d. Other appropriate treatment meeting the National Park Service Guidelines. The complete scope of work is in the $200K-$300K range. The anticipated period of performance is 45 calendar days. Sources sought respondents can reasonably anticipate portions of the scope requiring performance during off-peak night and/or weekend hours. Sources sought should anticipate limited lay down area with minimized construction limits. Sources sought should demonstrate knowledge of, experience in, and ability to successfully execute refinishing of Granite stone surface in-place with one of the following technics: thermalizing (flame/torch finish), bush hammering or rotary bush hammering, acid etching, or abrasive blasting to improve slip resistance on walking surface. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested capable, qualified and responsive contractors are encouraged to reply to this sources sought announcement. It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information: General Information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 238990. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 3. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in a similar type of work as described, at similar contract values, and in a similar locations. 4. Provide two (2) examples of projects similar to requirements described in the project description above, within the past seven (7) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. This sources sought is not to be construed as a commitment by the Government, nor will the Government make reimbursement for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Contractual and technical questions should be sent to Ms. Sandra Kharan, sandra.a.kharan@usace.army.mil or Mrs. Tramaine Sims-Jenkins, tramaine.j.sims@usace.army.mil. All responses to this announcement may be sent electronically to sandra.a.kharan@usace.army.mil no later than 12:00p.m., 18 January 2016. If you are unable to send the information via email, you may mail it to the address below. All mailed documents must include a return address on the outside of the envelope to be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-R-0019/listing.html)
- Place of Performance
- Address: Arlington National Cemetery, Arlington, Virginia, United States
- Record
- SN03979838-W 20151231/151229234512-7582d6b94d9af9675ab88b683fd46321 (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 |