Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2017 FBO #5551
SOURCES SOUGHT

Z -- SATOC NSWCPD

Notice Date
2/1/2017
 
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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-NSWC-SATOC
 
Archive Date
2/25/2017
 
Point of Contact
Robert W. Hutcheon, Phone: (215) 656-2291
 
E-Mail Address
robert.w.hutcheon@usace.army.mil
(robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FedBizOps Action Code: Sources Sought Class Code: Z Subject: Market Survey, Naval Surface Warfare Center, Philadelphia Division, (NSWCPD) Solicitation No.: W912BU-17-NSWC-PD Set-Aside Code: 238990 Response Date: 24 February 2017 Place of Performance: Naval Surface Warfare Center, Philadelphia Division, (NSWC-PD) (Philadelphia Navy Yard) in Philadelphia, PA, 19112. Description of Work: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: The U.S. Army Corps of Engineers, Philadelphia District, anticipates an Indefinite Delivery-Indefinite Quantity (IDIQ) Single Award-Task order Contract (SATOC) that shall include, but shall not be limited to, the fabrication, installation, testing, maintenance, material procurement and removal of shipboard machinery systems and associated components at various test sites located at NSWC-PD. The Contractor shall be responsible for ensuring that sufficient equipment, skilled labor, supervision, and materials, including health and safety and quality control provisions, are supplied to execute all work activities for final acceptance by the Government. The major items of work to be performed under this contract include, but are not limited to: This project is to furnish construction-related and ship board related industrial support to the Naval Surface Warfare Center, Philadelphia Division (NSWC-PD) in Philadelphia, PA, 19112. The support shall include, but is not limited to, the fabrication (may require off site fabrication and delivery to site), installation, testing, maintenance, and removal of Navy shipboard machinery systems and associated components at various test sites located at NSWC-PD. Additionally, when required, the contractor shall also provide construction, renovation, and facility maintenance support for buildings and laboratories at NSWC-PD. The industrial support will be performed in accordance with industry standards, except when more stringent Government standards are mandated for selected tasks. Contract duration will be for Three (3) Years. The minimum initial guarantee is $50,000.00; the minimum task order amount is $2,500.00. The total contract value for the Three Year Ordering Period will not exceed $49,000,000.00. NAICS for this project is 238990 and the SBA size standard is $15.0 million. 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, 8(a), Women-Owned small businesses shall be indicated on first page of submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects, that are in scope with the work description in paragraph one (1), completed within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, 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). Narratives shall be no longer than eight (8) pages. Questions regarding this Sources Sought must be requested via e-mailed to Robert W. Hutcheon (robert.w.hutcheon@usace.army.mil). Phone inquiries will not be answered or returned. Responses should be sent to Robert. W. Hutcheon (robert.w.hutcheon@usace.army.mil) via email on or before 24 February 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-NSWC-SATOC/listing.html)
 
Place of Performance
Address: Naval Surface Warfare Center, Philadelphia Division, (NSWC-PD) (Philadelphia Navy Yard), Philadelphia, Pennsylvania, 19112, United States
Zip Code: 19112
 
Record
SN04388227-W 20170203/170201235104-c1a049af04353587e512da901e5d8354 (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.