Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2018 FBO #6071
SOURCES SOUGHT

38 -- DLA Bldg. 70 Renovation - Sources Sought

Notice Date
7/6/2018
 
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
W9123618RXXXX
 
Archive Date
7/31/2018
 
Point of Contact
Kevin E. Comegys, Phone: 7572017310, Joy M. Wright, Phone: 7572017145
 
E-Mail Address
kevin.e.comegys@usace.army.mil, joy.m.wright@usace.army.mil
(kevin.e.comegys@usace.army.mil, joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Information forms for Sources Sought SOURCES SOUGHT NOTICE FOR Defense Logistics Agency (DLA) Building 70 Renovation (Construction) This announcement seeking Small Business responses primarily Women owned and Hub Zone small business in order to determine if a sufficient number of certified small business concerns with the required capabilities and financial resources exist to warrant issuance of a solicitation for this requirement under small business set aside procedures (FAR Part 19). Defense Logistics Agency in Richmond, VA intends to renovate the interior and repair of the existing building. The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking a business capable of interior renovations and repair of the existing building. Work on Building 70, a standalone conference center that is approximately 2,530 square feet in area, will include interior renovations and repair of the existing building. The building will also be provided with a new HVAC system and upgraded restrooms. The existing wood windows shall be repaired and refinished to maintain the original appearance. The majority of the building wiring will be replaced with new wiring. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction (NAICS) code 236220. The small business size standard is $36.5 million. The magnitude of this requirement is estimated to be between $500,000 and $1,000,000.00. The Sources sought response should demonstrate knowledge of, experience in, and ability to successfully execute per the following: a. Must have general building repair experience b. Must be familiar with the Unified Facilities Criteria and the National Fire Protection Association Codes c. Must have worked on a DOD installation previously. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified I this survey. Response Requirements: Market Survey Forms-submissions for market research consideration purposes will only be allowed VIA EMAIL to Mr. Kevin Comegys at kevin.e.comegys@usace.army.mil. Submissions will be limited to eight (8) pages and shall include a Capabilities Statement with the following: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses; 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businessess. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer then five (5) pages demonstrating experience in a similar type of work as described, at similar contract values, and in a similar locations. 5. 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 in 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. This Sources Sought announcement is not a request for competitive proposals. 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. DLA is not seeking or accepting unsolicited proposals, and DLA will not accept telephone inquiries. All questions and correspondence shall be directed VIA EMAIL only to Mr. Kevin Comegys at kevin.e.comegys@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Instructions to Interested Parties: Completed market survey forms shall be submitted by e-mail to kevin.e.comegys@usace.army.mil on or before 12:00 PM EST, Monday July 16th, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123618RXXXX/listing.html)
 
Place of Performance
Address: Defense Logistics Agency, Richmond, Virginia, United States
 
Record
SN04981612-W 20180708/180706230444-41b2f6173b5a20b49ed33fb757f1944a (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.