Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2020 SAM #6716
SOURCES SOUGHT

56 -- Mansfield Pump Station New Roofing

Notice Date
4/17/2020 6:32:33 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR-20-S-0001
 
Response Due
5/8/2020 8:00:00 AM
 
Archive Date
05/23/2020
 
Point of Contact
McKenna Heath, Phone: 4109626147, Melissa Renee McMillan-Cox, Phone: 4109625199
 
E-Mail Address
mckenna.n.heath@usace.army.mil, melissa.r.mcmillan-cox@usace.army.mil
(mckenna.n.heath@usace.army.mil, melissa.r.mcmillan-cox@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for replacement of three pump station Ethylene Propylene Diene Monomer (EPDM) roofs and gutter systems.� New EPDM roofs/gutter systems will be installed on each of (3) pump stations to include a minimum 25 year warranty. Two of the roofs are approximately 400 sq. ft. and one approximately 550 sq. ft. Execution shall be in accordance with EPDM Roofing Manufacturers Installation Requirements and provided as-built drawings. The intention is to procure these requirements on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. BACKGROUND USACE operates a Flood Risk Management (FRM) Project in Northern Pennsylvania. The FRM Project is broken down into three distinct areas, Cowanesque Lake Dam, Tioga-Hammond Lake Dam and the Mansfield Levee System. For the purposes of this Sources Sought Notification the work prescribed above will be taking place within the Mansfield Levee System which is located in the City of Mansfield, Pennsylvania. All three pump stations are located within 1 mile of each other directly in Mansfield. PLACE OF PERFORMANCE Locations Pump Station #1, Mansfield PA (400SF) Pump Station #2, Mansfield PA (400SF) Pump Station #3, Mansfield PA (550SF) DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES This will be for a Statement of Objectives (SOO).� The Contractor shall provide for sequential removal and disposal of existing roofs as well as installation of new EPDM roofs for each of the three pumping stations. Contractor shall have ability to complete work as to not interfere with operations of flood management pump stations in the event of a flood event. Each structure shall be completed sequentially as to not limit operational capabilities. Execution shall be in accordance with EPDM Roofing Manufacturers Installation Requirements. All Occupational Health and Safety (OSHA) and Army Corps of Engineers Safety ER 385-5-1 shall be adhered to.� These requirements are located in the Place of Performance (above). Duration of the contract will be approximately 60 calendar days. Anticipated work period will be August-September.� The contractor �MUST� meet the requirements for Fall Protection Personnel (Program�Manager, Qualified Person and Competent Person) and provide the training certificates for each.� These certifications shall be in accordance with the USACE Safety and Health Requirements Manual EM 385-1-1, Section 21 C, Minimum Requirements for a Comprehensive Managed Fall Protection Program, and shall conform to ANSI/ASSE Z490.1.� PLEASE READ/REVIEW EM 385-1-1, SECTION 21 � FALL PROTECTION BEFORE ���DETERMINING YOU WILL BE ABLE TO MEET THE REQUIREMENTS UNDER THIS SOURCES SOUGHT NOTICE. If your organization has the potential capacity to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ELIGIBILITY The applicable NAICS code for this requirement is 238160 Roofing Contractors. The Product Service Code is 5650. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 11 am, EST, 8 May 2020. All responses under this Sources Sought Notice must be e-mailed to mckenna.n.heath@usace.army.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement (provide example of at least 2)? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this Sources Sought Notification for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, DUNs number, must be active in System for Award Management (SAM), etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9.) Include in your response you ability to meet the requirements in accordance with USACE Safety and Health Requirements Manual EM 385-1-1, Section 21 C. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Interested firms shall respond to the Sources Sought Notice no later than 2:00 PM (EST) on 4 May 2020. All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Responses shall be emailed to McKenna Heath at Mckenna.N.Heath@usace.army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a597ef412b254f69961f15e66c53d85c/view)
 
Place of Performance
Address: Mansfield, PA, USA
Country: USA
 
Record
SN05625298-F 20200419/200417230148 (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 |
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.