Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
MODIFICATION

X -- USCG Provisional (Temporary) Facility

Notice Date
2/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-18-Z-0005
 
Archive Date
2/20/2019
 
Point of Contact
Gerald L. Garvey, Phone: 904-232-3055, Jesus Lugo, Phone: 9042321051
 
E-Mail Address
Gerald.L.Garvey@usace.army.mil, jesse.lugo@usace.army.mil
(Gerald.L.Garvey@usace.army.mil, jesse.lugo@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is to change the NACIS Code from 332311 to 531110. The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for providing modular structures for lease, for a US Coast Guard (USCG) provisional station. The contractor shall install the structures and perform maintenance during the duration of the leasing period. The project site is located on a bulkhead at Port Everglades Berth 28. The site is paved asphalt and is approximately 600 feet by 230 feet. Existing utilities on the bulkhead are Electrical, Sanitary Sewer, Potable Water, and Internet. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 332311 and size standard 500 employees. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Modular Buildings for Lease: a) One (1) administration building, approximately 60ft x 48ft. The contractor shall provide office furniture such as tables, chairs, and cabinets. b) Two (2) dormitory buildings, each approximately 40ft x 24ft. The contractor shall provide dormitory furniture such as beds, and storage lockers. c) One (1) lounge and laundry building, approximately 80ft x 24ft. The contractor shall provide two washers, and two dryers in the laundry building. d) One (1) dining and kitchen facility, approximately 60ft by 48ft. The dining facility shall provide seating for 56 people. The kitchen shall be a full commercial kitchen capable of feeding 65 persons three meals a day. The contractor shall provide kitchen equipment, tables and chairs. e) One (1) boat house that includes a 24ft x 60ft maintenance bay, and separate climate control rooms for parts and tool storage, gear storage, and work shop. The total dimensions of the boat house is approximately 60ft x 40ft. The contract will include general site work such as installation of footings and anchoring the buildings, installation of electrical, water, sewer and internet services. Installation of utilities may require trenching for installation of utilities. The structure shall be wired for voice/data/telecom and security with end to end termination (conduit, pull strings, CAT6, termination wall plates, termination patch panels). The user will install the communication equipment. Additional installation may include site fencing and site lighting. The contractor shall provide moving services from current USCG facility location to the project site on Port Everglades. At the end of the lease, the contractor shall provide moving services back to the USCG facility. The distance from the current USCG facility location to the project location at Port Everglades is 9 miles. Items to be relocated will be identified in the RFP. Upon completion of the lease period the contractor shall remove all modular buildings, skirting, tie downs, blocking, miscellaneous structures and debris. The site shall be restore to a mutually agreed upon condition that shall be clearly identified in the RFP. Upon issuance of the RFP site layout and building floor plans will be provided. Due to specific site requirements, the size of the buildings, floor plans and location of the buildings cannot very greatly (building sizes shall not very more than +/- 1ft) (location of the buildings shall not very more than +/- 2ft) from the floor plans and site plans provided on the RFP. The period of performance shall be for one (1) Base Years and three (3) 12 month Option Years. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 19 Mar 18 by 1400 hrs. EST. All responses under this Sources Sought Notice must be emailed to Gerald.l.Garvey@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Gerald Garvey at (904) 232-3055 or by email at Gerald.l.Garvey@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-18-Z-0005/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Provisional Station, P.O. BOX 537, 7000 N. Ocean Drive, Fort Lauderdale, Florida, 33004-307, United States
 
Record
SN04830151-W 20180223/180221231742-38efe127e71e5c7507ea03015d456a52 (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.