SOURCES SOUGHT
Y -- Repairs to Mission Essential Building 279 at Sunny Point, NC
- Notice Date
- 12/17/2021 8:07:27 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM22B0011
- Response Due
- 1/7/2022 11:00:00 AM
- Point of Contact
- Robert N Law, Phone: 9102514469, Karri Mares, Phone: 9102514863
- E-Mail Address
-
robert.n.law@usace.army.mil, Karri.L.Mares@usace.army.mil
(robert.n.law@usace.army.mil, Karri.L.Mares@usace.army.mil)
- Description
- This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a�Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to renovate a building located at Sunny Point, NC.� Project Description: The purpose of this requirement is to complete repairs to a Mission Essential Building, Bldg 279 located at Sunny Point in North Carolina. This project consists of removing the existing shingled roof and replacing it with a standing seam metal roof to match the adjacent building, Bldg 277.� Interior work consists of replacing all floor finishes and the new ceiling grid and tiles as well as removing current fluorescent lighting fixtures and replacing them with new LED fixtures.� The building size is approximately 2100sf. Design work is being done in-house and will not be part of this contract requirement. The proposed solicitation method will be an Invitation for Bid under FAR part 14 procedures. In accordance with FAR 36.204, the magnitude of construction for this project will be between $500,000.00 and $1,000,000.00. All interested firms with 236220 �Commercial and Institutional Building Construction� as an approved NAICs code have until 7 January 2022 at 2:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. �Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - Firms shall provide evidence of bonding capability for both single and aggregate bonding programs by means of a letter from a Surety Company.� This correspondence should explicitly state the responding firms authorized bonding program in addition to documenting the firm�s capacity on current contracts and/or task orders. Submittals including what a Surety can provide does not meet the requirement of what a firm can receive as a bonding instrument.��� - Evidence of capabilities to perform comparable work i.e., complex construction projects of similar size, scope and complexity on three (3) and no more than five (5) recent projects that are or include: Equal to or greater than $500,000.00 in value (not more than six (6) years old) Projects equal to or greater than 2,100 square feet in renovation, and 1,000 SF New Construction. Interior work consisting of replacing all floor finishes, new ceiling grid and tiles and change out of fluorescent lighting fixtures to LED fixtures.� Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Design-Bid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Attn: Karri Mares & Bobby Law E-mail: karri.l.mares@usace.army.mil �������������� robert.n.law@usace.army.mil �������������� SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: MOTSU 22015 Repairs to Building 279, Sunny Point, NC - Sources Sought_COMPANY NAME. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aded6872813d485ca80e7e3346ebf733/view)
- Place of Performance
- Address: Southport, NC 28461, USA
- Zip Code: 28461
- Country: USA
- Zip Code: 28461
- Record
- SN06200651-F 20211219/211217230108 (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 |