SOURCES SOUGHT
Z -- Update Finishes
- Notice Date
- 5/26/2021 8:24:59 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC-FT BLISS FORT BLISS TX 79916-6812 USA
- ZIP Code
- 79916-6812
- Solicitation Number
- PANMCC-21-P-0000_018770
- Response Due
- 6/9/2021 9:00:00 AM
- Archive Date
- 06/24/2021
- Point of Contact
- Jacob E Pankow, Seone M. Jones
- E-Mail Address
-
jacob.e.pankow.civ@mail.mil, seone.m.jones.civ@mail.mil
(jacob.e.pankow.civ@mail.mil, seone.m.jones.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. All responses will be used for market analysis in determining the availability of potentially interested SMALL BUSINESSES and may be used to determine appropriate acquisition strategy. The Directorate of Public Works (DPW) Fort Bliss through the Mission & Installation Contracting Command (MICC) desires to procure construction services to update finishes for a building on Fort Bliss, Texas. The magnitude of the anticipated project is more than $500,000. The purpose of this sources sought is to gain knowledge of qualified and interested small businesses. This acquisition is anticipated to be a competitive small business set aside. In accordance with 13 CFR 124.507(c)(2) the Small Business Administration (SBA) may restrict competition to only those participants having a bona fide place of business within the geographical boundaries of one or more SBA district offices, within a state, or within the state and nearby areas. It is anticipated that a single award contract will be made. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be made available only on the SAM.gov website (SAM.gov or beta.SAM.gov) under Contract Opportunities. It is the responsibility of potential offerors to monitor FBO for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 236220 Commercial and Institutional Building Construction, with a size standard of $39.5 million; 238110 Poured Concrete Foundation and Structure Contractors with a size standard of $16.5 million, or 238990 All Other Specialty Trade Contractors with a size standard of $16.5 million. Required Capabilities: This is not anticipated as being a reoccurring need for the repair and/or replacement of finishes at Fort Bliss. Requirements of the proposed contract will be completed in strict accordance with all the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits within the contract or as incorporated by reference. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contracts. The requirement has a need for qualified, experienced offerors in the finish construction field. The work shall include but is not limited to the following Summary of Requirements: Prepare and re-surface old or coated concrete floor Flooring demolition, carpet, bonded, includes surface scraping Floor maintenance, composition, resilient or wood flooring, strip & rewax/polish Facilities maintenance finishes, wall maintenance, washing enamel finish walls with mild cleanser Facilities maintenance specialties, bathroom accessories, general cleaning of fixtures (basins, water closets, urinals), incl. shelves, partitions and dispenser servicing Concrete crack repair, structural repair by epoxy injection Surface preparation of exterior, doors using power wash Apply wall base Install vinyl transition strip Install vinyl flooring Install sound absorbing panels, perforated steel facing, painted, modular space units, ceiling or wall hung Painting of drywall, ceilings, doors and frames, downspouts or masonry Remove and replace light and kitchen fixtures Clean or install fabric awnings Awnings, fabric, entry or walkway, peak, 12' long, 8' wide, includes acrylic canvas and frame Demolish and replace countertops All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov). Capabilities statements shall be no more than 10 pages with Times New Roman font no smaller than size 12. All interested 8(a) firms must submit the following in their capability package: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement certifying the company is are in the 8(a) program and in compliance for the corresponding NAICS code; 2. Identify whether your firm is interested in competing for this requirement as a prime contractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any; 3. If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture; 4. List of capabilities and/or experience (within past 5 years) in work similar in type and scope to include contract numbers (indicate whether as a prime contractor or subcontractor), project titles, dollar amounts, duration of projects, points of contact with their telephone numbers, whether government or commercial and an explanation of the relevancy of the project; 5. In an effort to identify the kind(s) of work your company performs, please indicate from the Summary Requirements list above what your company is able to perform; 6. Does your company have the ability to complete multiple projects simultaneously? Please explain; 7. What is your company's bonding capability? 8. What is the minimum and maximum dollar value for each project for which your firm would consider submitting a proposal; 9. Is it your company's practice to submit quotes per project by lump sum or priced by individual line item? What methods does your business prefer and why? 10. What is your company's capability/availability for using RS Means? 11. Please share any pertinent certifications your company possesses; 12. Identify how the Army can best structure these contract requirements to facilitate competition by and among 8(a) firms; 13. Information to help determine if this requirement is commercially available, by providing customary terms and conditions, delivery schedules, and warranties, etc; 14. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified construction project; 15. Does your company have any seasonal or other constraints that may hamper your ability to perform this requirement year-round? 15. If any subcontractors are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; 16. Where are your bona fide offices (if any) located at? 17. Any comments/suggestions that you would like to share with us? This sources sought should not be construed as a commitment by the Government for any purpose nor will the Government reimburse any costs associated with the submission of information in response to this notice. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. Responses to this sources sought shall be submitted via email to Jacob E. Pankow, Contract Officer, jacob.e.pankow.civ@mail.mil, Michelle Spence, Division Chief, michelle.a.spence2.civ@mail.mil, and Seone Michael Jones, Contract Specialist, seone.m.jones.civ@mail.mil by 9�June 2021 @ 10:00 AM MST. Telephone inquiries will NOT be entertained. *Please be advised that all correspondence via e-mail shall contain a subject line that reads, ""Fort Bliss Building Finishes Update PANMCC-21-P-0000 018770"". If sending attachments via e-mail, ensure only .pdf, .doc or .xls documents are sent. In the body of the email please ensure to list the number of attachments submitted. It is the Contractor's responsibility to verify all emails along with all attachments are received by the Contract Specialist listed above.*
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/381b0ecd8d9e42a6b6d24697adbeaef4/view)
- Place of Performance
- Address: Fort Bliss, TX 79916, USA
- Zip Code: 79916
- Country: USA
- Zip Code: 79916
- Record
- SN06014276-F 20210528/210526230119 (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 |