Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2018 FBO #6081
SOURCES SOUGHT

Y -- Demo & Remove old Shower Facilities, Furnish & Install New Shower House Unit, Marion Reservoir, Kansas

Notice Date
7/16/2018
 
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, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18CMSHO
 
Archive Date
8/4/2018
 
Point of Contact
Bruce E. Hayes, Phone: 9186697277
 
E-Mail Address
Bruce.E.Hayes@usace.army.mil
(Bruce.E.Hayes@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS For Demo & Remove old Shower Facilities, Furnish & Install New Shower House Unit, Marion Reservoir, Kansas This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND 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. Respondents may or may not be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and potentially award a contract for the demolition of abandoned toilet/shower house then furnish and install a new, manufactured toilet/shower facility with concrete sidewalk at Marion Reservoir, Kansas 66861. Proposed project will be a competitive, firm-fixed priced contract procured in accordance with FAR 15. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. This is a total Small Business Set-Aside. The Government is seeking qualified, experienced, Small Business sources capable of performing the following proposed construction: SCOPE OF WORK SEGMENT - This specification covers the requirements for demolition and removal of existing shower facilities. Then furnishing and installing a manufactured toilet/shower house unit (One (1) CXT Navajo Shower/Toilet). The contractor shall provide all materials, labor, tools, and equipment necessary for building demolition of existing shower facility, site preparation, and replacement of shower/toilet buildings with identified prefabricated building. Upon completion of the contract, the Contractor will ensure a fully functional shower house facility, including sewer, electric, water and replacement of sidewalks from the public parking area to the new shower facilities at Hillsboro Cove Park, Marion Reservoir, Kansas. Additionally, the contractor shall provide and install a new sewage lift station, of model and design identified in the statement of work that will be provided (Commercial sewage lift station shall include two submersible Hydromatic, HPG200M2-2 grinder pumps (2 HP, 230 volt single phase, 15.6 amps, 60 hertz) each guided by two stainless steel guide rails extending from the top of the wet-well to the discharge connection). The contractor shall perform all work in accordance with manufacturer and the contract specifications in the solicitation. Care shall be taken not to cut nor damage overhead and underground utilities. The contractor will be responsible for all damages and subsequent repairs. All work shall be complete within 90 calendar days after award of the contract. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $500,000.00 and $900,000.00 Estimated duration of the project is 90 calendar days. The North American Industry Classification System (NAICS) code for this procurement is 236220 "Commercial and Institutional Building Construction" which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 23 July 2018, and the estimated proposal due date will be on or about 13 Aug 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address, and business CAGE Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 20 July 2018. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Bruce.E.Hayes@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18CMSHO/listing.html)
 
Place of Performance
Address: Hillsboro Cove Park, Marion Reservoir, Marion, Kansas, 66861, United States
Zip Code: 66861
 
Record
SN04993731-W 20180718/180716231312-29297b76a170b05c713b750f272379b7 (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.