SOURCES SOUGHT
J -- Dock Repair
- Notice Date
- 3/16/2020 8:50:32 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- MWR OHIO(64000) SAGAMORE HILLS OH 44067 USA
- ZIP Code
- 44067
- Solicitation Number
- 140P6420R0012
- Response Due
- 3/24/2020 12:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Brauer, Lauren
- E-Mail Address
-
lauren_brauer@nps.gov
(lauren_brauer@nps.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE The National Park Service is conducting a market survey to determine the interest in a construction project at the Apostle Islands National Lakeshore located in and around Bayfield, Wisconsin. In accordance with Federal Acquisition Regulation (FAR) Part 10.0002 (b)(2) this Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), an offer to negotiate, or as an obligation on the part of the National Park Service. Responses are strictly voluntary. Respondents will not be compensated, and all information becomes property of the Government upon submission. Administrative Information: The North American Industry Classification System (NAICS) code for this action is 237990 with a Small Business Size Standard $39.5 million. This project is planned for advertising in April 2020. Responses to this announcement are requested from: 1. SBA certified Small Business HubZone firms; 2. Small Business firms certified in the 8(a) program; 3. Service-Disabled Veteran-Owned Small Business firms; 4. Woman Owned Small Business firms; 5. Small Business firms; and 6. Any firm eligible to compete in full and open competition. Project Description: The National Park Service is seeking a potential contractor to provide all labor, supervision, and all other resources to facilitate the repairs to the Sand Island East (SAEB) Bay Dock. The SAEB dock was constructed in 2016 with a gapped steel crib structure design to allow the transport of sediment through the structure. The steel cribs were filled with improper granular material and as a result a portion of the dock failed over the 2018-2019 winter and spring. The duration of the project is currently estimated at 120 calendar days from the issuance of a Notice to Proceed. Magnitude of Construction estimate: In accordance with FAR 36.204, the magnitude of construction is between $250,000 and $500,000. Submission Information: Interested firms should submit the information below. 1. Provide the company name, address, point-of-contact, email address, website (if applicable), phone number, and DUNS Number of the firm. 2. Provide company business size based on NAICS code 237990. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). 3. Provide a capability statement addressing the firm�s ability to perform the required work. Information may include the type of work your company has performed in the past in support of the same or similar requirement. 4. Provide a Statement of Interest in the project. 5. Indicate if the company is currently registered in SAM (yes or no) and if registered, provide the SAM expiration date. Note: Interested parties may respond to this sources sought notice without an active SAM registration. However, for any potential solicitations, interested parties are required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately for potential business opportunities with the government. See https://ww.sam.gov for information on registration. All responses must be submitted via e-mail no later than March 24, 2020 at 5:00 PM Eastern to the following e-mail: lauren_brauer@nps.gov. Please note that hard copies will not be accepted. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be a bid or proposal. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. The Government reserves the right to consider a small business, SDVOSB, VOSB or the (8) a program based on the responses received. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the review. Contracting Office Address: National Park Service - Ohio Major Acquisition Buying Office 1113 W. Aurora Road Sagamore Hills, Ohio 44067 Primary Point of Contact: Name: Lauren Brauer, Contracting Officer Email: Lauren_Brauer@nps.gov No phone calls will be accepted for this sources sought posting.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/06bab291e3a54f3ebd9f9db2a50c3df3/view)
- Record
- SN05590613-F 20200318/200316230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |