Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SOURCES SOUGHT

99 -- Joint Base Myer-Henderson Hall: Army Family Housing Renovation, Fort McNair, District of Columbia

Notice Date
5/4/2021 12:00:56 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD21P0000003586
 
Response Due
5/19/2021 9:00:00 AM
 
Archive Date
06/03/2021
 
Point of Contact
Aaron Jones, Phone: 4109620674, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
Aaron.G.Jones@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(Aaron.G.Jones@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB), requests capability statements.� USACE-NAB has been tasked to solicit and award a firm-fixed-price construction contract for the Joint Base Myer-Henderson Hall (JBM-HH) Army Family Housing Renovation Project, located at Fort McNair, District of Columbia (DC). The North American Industry Classification System (NAICS) code for this procurement is 236220, which has a small business size standard of $39,500,000.00. The Magnitude of Construction is between $10,000,000 and $25,000,000. By way of this Market Survey/Sources Sought Notice, the USACE � Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder.� The responses to this Notice will be used by the Government to make appropriate acquisition decisions.� No reimbursements will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this Notice will be solely at the responding party�s expense. This Notice does not constitute as a Request for Proposal (RFP); it does not guarantee the future issuance of a RFP; nor does it commit the Government to contract for any supply or service.� Further, USACE-NAB will not accept unsolicited proposals.� In accordance with the Federal Acquisition Regulation (FAR) 15.201(e), response to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.� It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.� PROJECT DESCRIPTION: The USACE NAB intends to solicit a competitive Design-Bid-Build (DBB), Firm-Fixed-Price (FFP) Invitation for Bid (IFB) for the renovation of six general officer homes. The buildings are located between 1st and 2nd Avenues on Fort McNair in Washington, DC. The buildings were originally designed in the Colonial Revival style by McKim, Meade and White and constructed between 1903 and 1905. They have continually been used as residences since their construction. All six buildings are within the boundaries of the National Register of Historic Places (NRHP) eligible Fort Lesley J. McNair Historic District. Agency consultation, NEPA and stormwater permits will all be completed prior to construction and are not part of the construction contract. Responders shall address all of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS numbers. � Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. � In consideration of NAICS Code 236220, with a small business size standard in dollars of $39,000,000.00, indicate which of the following small business categories your business is classified under: Unrestricted Business, Small Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Busines, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, or 8(a) Business. � Indicate if your company is currently prohibited from doing business with the Federal Government.� Yes/No.� (If yes, explain). � Provide evidence for bonding capacity for a construction project of the anticipated magnitude detailed above. � Provide at least two (2), but not more than four (4) examples of completed projects similar in size and scope with a minimum completed project value of $10,000,000.00, directly performed by your company within the last ten (10) years.� Include point of contact information for the examples provided, as past performance on indicated projects may be verified.� Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.� ��������� Responders shall have experience in the areas listed below (items a through c and at least one (1) item from d through g)������ ��������� and provide narratives identifying that specific experience for the following: ���������������a. Historic renovation construction. ���������������b. Experience working in the District of Columbia and/or Northern Virginia area. �������������� c. Experience with Construction of structural and foundation modifications of existing buildings. ���������������d. Mechanical, electrical, and plumbinge ���������������e. Interior carpentry ���������������f. Interior kitchens and bathrooms ���������������g.�Site work SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 19 May 2021 by Noon (EST). All responses under this Sources Sought Notice must be emailed to Aaron Jones, Contract Specialist � aaron.g.jones@usace.army.mil referencing the source sought notice number PANNAD21P0000003586. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: Aaron Jones via email - aaron.g.jones@usace.army.mil. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 236220 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/85f7250f588f4de3910c378065a0face/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05991492-F 20210506/210504230118 (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.