Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
SOURCES SOUGHT

Y -- Repair Warehouse 4 Sprinkler

Notice Date
3/13/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-B-0015
 
Archive Date
4/11/2018
 
Point of Contact
Jaime C. Scott Howard, Phone: 7572017158, Joy M. Wright, Phone: 7572017145
 
E-Mail Address
jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil
(jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NACIS CODE 236220. Project Description: The Norfolk District, Corps of Engineers is conducting market research to identify potential Sources for Warehouse 4 Repair Sprinkler project at DLA / DSCR, Chesterfield County, Richmond VA. The project involves performing fire sprinkler repairs at Warehouse 4. The sprinkler system from Bays B-H will be removed and replaced with a new system that will meet the current UFC and NFPA codes. This project will also include a new set of metal stairs with concrete pads and a new set of valves which will be installed at the exterior of the building with minor grading around the pads. The new sprinkler system will require a new rise room which will be located at the warehouse level. The existing system is a dry pipe system. The anticipated period of performance is 365 calendar days. This Sources Sought anticipate the need of a laydown area for each project location. The projects are dispersed within DLA / DSCR and such areas should be available. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this source sought Sources sought respondents can reasonably anticipate portions of the scope requiring performance during off-peak night and/or weekend hours. a. Weekend work is allowed due to inaccessibility with range control at times and to expedite duration of disturbance. No holiday work. b. Coordinate construction timing with training schedules. The Sources sought response should demonstrate knowledge of, experience in, and ability to successfully execute per the following: a. Must have sprinkler repair and installation experience. b. Must be familiar with the Unified Facilities Criteria and the National Fire Protection Association codes. c. Must have worked on DoD installation before. All interested capable, qualified and responsive contractors with the minimum capabilities (i.e. Refer to Project Description & Description of Experience) are encouraged to reply to this sources sought announcement. It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information: General Information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 236220. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 3. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in a similar type of work as described, at similar contract values, and in a similar locations. 4. Description of Experience - Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. Please demonstrate five continuous years of successfully accomplishing this type of work at the similar contract value, in a similar type of location. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. All submitters shall include point of contact information for work examples provided, and past performance on the projects, so that verification can take place. Submitters with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at jaime.c.scott@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. All responses to this announcement may be sent electronically to jaime.c.scott@usace.army.mil with copy furnished to joy.m.wright@usace.army.mil no later than 1:00p.m. (EST), 27 March 2018. Limit capability briefing package to 10 pages. Email is the preferred method when receiving responses to this synopsis. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0015/listing.html)
 
Place of Performance
Address: Defense Supply Center Richmond (DSCR) - Warehouse 4, Chesterfield, Virginia, United States
 
Record
SN04853064-W 20180315/180313231721-b450a7ddcff8107acefe5d84feb94cb0 (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.