Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOURCES SOUGHT

Y -- Sources Sought, request capability statements Construction Project (Asphault Paving) - DRAFT SOW - SPECS Asphalt Pavement

Notice Date
4/1/2016
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
W91247-16-R-JFR5
 
Point of Contact
John E. Fleshman, Phone: 9109084601, Abelardo C. Lopez, Phone: 9103963961
 
E-Mail Address
john.e.fleshman2.civ@mail.mil, abelardo.c.lopez.civ@mail.mil
(john.e.fleshman2.civ@mail.mil, abelardo.c.lopez.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECS Asphalt Pavement DRAFT SOW SOURCES SOUGHT AND REQUEST FOR CAPABILITY STATEMENT FOR UPCOMING CONSTRUCTION PROJECT (Asphalt Paving) THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command Center - Fort Bragg (MICC-FB) is seeking sources information and capability statements small businesses interested and capable of fulfilling a requirement from the Directorate of Public Works (DPW) for the Repair of Chicken Road in Front of range 59, located on Fort Bragg, North Carolina. The contractor shall furnish all labor, equipment, transportation, tools, supervision and materials necessary to perform the required. SEE DRAFT SOW Attached This IS NOT a Request for Proposals, but instead a market research method to determine interested sources prior to issuing the solicitation. The sources sought synopsis has been posted to determine if two (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. 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(s) is: 237310 "Highway, Street, and Bridge Construction"; small business size standard of $36.5 million This IS NOT a request for technical/management proposals. If you are an interested source and capable of meeting one area or the entire requirement without failure please provide the following voluntary information: 1) Company name and Point of Contact; 2) DUNS number and CAGE code; 3) Socioeconomic Status (to include 8(a), HUBZone, SDVOB, etc.), if applicable; 4) Security Clearance Level; 5) GSA Schedule Contract Holder Information, to include contract number, if applicable; and 6) A brief Statement of Capability (no more than five (5) pages); which demonstrates the ability to meet the requirements specified in the PWS, and includes any Past Performance information on Government contracts of similar size and scope. Include any Past Performance information on Government contracts of similar size and scope. The NAICS Code is 237310 "Highway, Street, and Bridge Construction" with a small business size standard of $36.5 million. Electronic responses are required. No physical or "hard" copies will be accepted as a result of this request. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirements. All interested sources who provide goods or services to the Department of Defense (DOD) must be registered and current in the System for Acquisition Management (SAM) website, must have completed their business Online Representations and Certifications Application (ORCA), and be able to electronically submit invoices / receiving reports through the Wide Area Work Flow (WAWF) system. All interested sources should submit information electronically to the Contract Specialist, John Fleshman at: john.e.fleshman2.civ@mail.mil and courtesy copy the Contracting Officer, Mr. Abelardo C. Lopez at: abelardo.c.lopez.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d28d20704564b5d5dfa686b8b71c99db)
 
Place of Performance
Address: Fort Bragg, North Carolina - Installation, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04071133-W 20160403/160401235037-d28d20704564b5d5dfa686b8b71c99db (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.