SOURCES SOUGHT
Y -- Bat Guano Mitigation and Repair - Contractor Information Form
- Notice Date
- 1/12/2016
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, ECC-AFG TCC QATAR, APO, APO AE, Non-U.S., Afghanistan
- ZIP Code
- 00000
- Solicitation Number
- W911RX-16-B-0002
- Archive Date
- 2/3/2016
- Point of Contact
- Keith L McDougal, Phone: 7852394589, Damon J Belanger, Phone: 7852394664
- E-Mail Address
-
keith.l.mcdougal.mil@mail.mil, damon.j.belanger.mil@mail.mil
(keith.l.mcdougal.mil@mail.mil, damon.j.belanger.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Contractor Information Form SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Construction Services to Mitigate Bat Guano and Urine from the attic area of a Historical Building on Fort Riley. The Government would like to complete this acquisition on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry https://www.fbo.gov/. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 238990 All Other Specialty Trade Contractors, with a corresponding Small Business Size Standard of $15.0 million; the final determination concerning the NAICS Code will be dependent on the results of continued market research to include responses to this Sources Sought Synopsis. A need is anticipated for the Mitigation of Bat Guano and Urine from the attic area of a Historical Building on Fort Riley. The anticipated work includes, but is not limited to; Hepa Vacuum the top of the ceiling tiles on the adjacent floor, Clean all office areas after ceiling is vacuumed, seal all penetrations from above the third floor plaster ceiling to the attic with metal, remove and replace all existing batting insulation from the attic ceiling, remove and replace all existing tongue and grove flooring, replace a 20' x 20' area with the original flooring for historical preservation, clean and decontaminate the entire attic space, and conduct Air Quality test at the end of all work being completed. The anticipated performance goal is the effective, efficient, mitigation of all Bat Guano, and Urine in accordance with all applicable laws, and regulations, it would be necessary to preserve the historical value of the building, and provide a safe working environment for the Building Occupants. In response to this sources sought, please provide: 1. Completed Contractor Information Form (Attached) to include Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), as well as the corresponding NAICS code. 2. Bonding capability-both single and aggregate, as evidenced by submission of a Surety Company letter stating bonding capacity. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that might be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if this requirement can be completed in a timely manner, including mobilization, and production lead times, delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified construction services. 8. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Responses to this Sources Sought Synopsis should be returned electronically to the Mission and Installation Contracting Command, Fort Riley no later than 19 January 2015 at 5:00 PM Central standard Time (CST). Responses should be sent by Email to SSG Keith McDougal at keith.l.mcdougal.mil@mail.mil and SSG Damon J Belanger at damon.j.belanger.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/786fda4c2e9b0d86e13fb5db492db921)
- Place of Performance
- Address: Fort Riley, Kansas, 66442, United States
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN03989549-W 20160114/160112235019-786fda4c2e9b0d86e13fb5db492db921 (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 |