SOURCES SOUGHT
Z -- Colville National Forest, Building 2002 Elevator Replacement
- Notice Date
- 12/8/2017
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Contracting North - Colville NF, 765 S. Main, Colville, Washington, 99114, United States
- ZIP Code
- 99114
- Solicitation Number
- 1205G118Q0013SS
- Archive Date
- 2/8/2018
- Point of Contact
- Cathy E. Van Alyne, Phone: (509) 684-7114
- E-Mail Address
-
cvanalyne@fs.fed.us
(cvanalyne@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market survey information planning purposes only. No quotes or proposals are being requested or accepted with this synopsis. No solicitation is currently available. This is not a request for proposals, quotations or bids nor a synopsis of a proposed contract action under FAR Subpart 5.2. No contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. One of the purposes of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zoned), Service-Disabled Veteran Owned Small Business (SDVOSB) and Woman Owned Small Business (WOSB) to compete and perform a Single Stand Alone Firm Fixed Price Contract. If a solicitation is issued in the future, this notice will help the Government ensure there is adequate competition among the potential pool of responsive contractors. DESCRIPTION OF THE REQUIREMENT: The scope of this project includes the repair, modernization, and alteration of the Colville National Forest Supervisors Office elevator. Work includes, but not limited to, the replacement of the existing elevator system with a new system, and building repairs, modifications, and alterations The place of performance is at the Colville National Forest Supervisor's Office located at 765 South Main, Colville Washington (North East Washington State - Stevens County). The Contractors shall furnish all management, labor, equipment, supervision, tools, materials, transportation, operating supplies, supervision, workman's compensation, unemployment insurance and incidentals necessary to perform the work in accordance with the specification and provisions of the contract. The existing elevator which will be replaced is electromagnetic with a hydraulic lift with Lincoln, Furnas and various other manufactured parts, and the controls were installed in 1972. The Contractor must demonstrate through references, project lists, or reports, they possess at least 5 years of experience involving the installation, supervising, and testing of elevators of passenger elevators, possess a licensed elevator mechanic on staff that is a licensed elevator installer in the state of Washington and the ability to manage subcontractors. The magnitude of construction is currently estimated between $100,000 to $250,000. The North American Industry Classification System Code for this potential acquisition is 238290 (Other Building Equipment Contractors). The Small Business size standard is average annual sales and receipts for the past three years that are less than $15 million. Federal Service Code is Z2QA (Repair or Alteration of Restoration of Real Property (Public or Private)) INFORMATION REQUESTED / SUBMISSION INSTRUCTIONS: As this is a Sources Sought announcement, interested firms should submit a Written Letter of Interest along with a response to the questions contained below within this notice to Cathy VanAlyne, Contracting Officer. All responses must be submitted via email to cvanalyne@fs.fed.us by 3:00 p.m. PST on January 8, 2018. 1. List your company's name, DUNS number, point of contact, phone number and e-mail address. List you Construction Bonding Level per contract. Are you registered in System of Award Management? 2. Do you meet the Small Business size standard? Otherwise, indicate if you are a large business firm. 3. List your Social Economic Information. Is your firm an 8(a), HUBZone Small Business, Women Owned Small Business and/or Service-Disabled Veteran-Owned Small Business? (For additional information on small business size standards and small business programs, please visit www.sba.gov). Note: All respondents are reminded that at least twenty five (25) percent of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(b)(4) - Limitations on Subcontracting (Special Trade Contractors.) 4. List of your currently hold a GSA contract for these type of services. Include contract number, Contracting Officer and phone number. 5. Provide relevant information on the Firm's experience/capabilities as it pertains to the proposed work outlined in the Project Description. 6. Provide a minimum of two examples of projects completed in the past five (5) years similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. Include whether your firm participated as a prime, subcontractor, or joint-venture, and state percentage performed. The Government may verify information in CPARS or PPIRS. State of you have replaced an elevator similar to the one the Forest currently has. 7. If your company is/will be part of a joint venture, state the names of joint venture members and their business size(s). (In any joint venture or teaming arrangement the firm must qualify as a Small Business in accordance with NAICS code 238290 in order to be considered under this Sources Sought Notice.) Each response shall be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for REVIEW (PRELIMINARY MARKET SURVEY) PURPOSES ONLY. This is not a Request for Proposal (RFP) and no award will be issued from this Sources Sought notice. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Technical Representative for this notice is Kamber Box, email klbox@fs.fed.us, phone 509.684.7154.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G1/1205G118Q0013SS/listing.html)
- Place of Performance
- Address: Stevens County, Washington State, 765 South Main, Colville WA 99114, Colville, Washington, 99114, United States
- Zip Code: 99114
- Zip Code: 99114
- Record
- SN04761113-W 20171210/171208230607-8369c3f08131b643b45c0d47c146e837 (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 |