SOURCES SOUGHT
54 -- Med Bow Routt Toilet Purchase
- Notice Date
- 3/3/2022 6:35:20 AM
- Notice Type
- Sources Sought
- NAICS
- 327390
— Other Concrete Product Manufacturing
- Contracting Office
- Medicine Bow-Routt National Forest LARAMIE WY 820706535 USA
- ZIP Code
- 820706535
- Solicitation Number
- 1240LP22Q0045SS
- Response Due
- 3/6/2022 11:00:00 AM
- Archive Date
- 04/16/2022
- Point of Contact
- Steve Holly
- E-Mail Address
-
stephen.holly@usda.gov
(stephen.holly@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market survey information planning purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB) to compete and perform a Stand-alone, Firm Fixed Price Contract. The type of solicitation to be issued will depend upon the responses to this Sources Sought Synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Medicine Bow/Routt National Forest in Colorado and Wyoming anticipates soliciting for and awarding a project which shall cover supply and installation of 14 single vault and 22 double vault toilets across all six ranger districts on the MBRTB. The work may include but not be limited to fabrication, delivery, off-loading, excavation, and installation of 14 single unit and 22 double unit precast concrete toilet buildings with vaults. Backfilling, site grading, and cleanup is also included. The Contractor shall furnish all labor, materials, equipment, tools, transportation, supplies, storage, other incidentals and all work required to complete the proposed work in accordance with the specifications and provisions of the contract. The primary area of work will be in the states of Colorado and Wyoming. The duration of the contract would be for a base year only. The proposed project will be a single award firm-fixed price contract. The estimated magnitude of this contract is between $1,000,000.00 and $5,000,000.00. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 327390, Other Concrete Product Manufacturing. Small Business Size Standard for this acquisition is 500 Employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. It is anticipated that award may be based on ""Best Value"" to the Government. The estimated solicitation issuance date is on or about April 2022, and the estimated proposal due date to be determined. The official Synopsis citing the solicitation number and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available in April 2022. If you have an interest in participating in this type of contract, please provide the following information: 1. NAICS Code(s): 2. Ability to deliver precast vault toilet structures to the Medicine Bow Routt National Forest: 3. Ability to meet specifications including but not limited to: ����������� a) Precast concrete manufacturing plant shall be Precast/Prestressed Concrete Institute �(PCI) certified. b) Welders shall be currently qualified according to AWS D1.1. c) Vault Toilet Design requirements d) Structural Live Loads requirements e) Other Loads requirements f) Accessibility requirements g) Standard Design Options requirements h) Tolerance requirements i) Quality Assurance requirements for specification Reference Standards, Minimum Contractor Requirements (above), Testing, and Water Tightness Tests 3. Company information: (i.e.: small business, 8a, veteran, service-disabled veteran, small disadvantaged business, HUBZone, or woman owned.) Please include contact information and email address. Please reply to Steve Holly, stephen.holly@usda.gov, no later than March 16, 2022, noon. Mountain Time. In the event a solicitation is prepared and posted, all Offerors shall be registered to the System for Award Management (SAM) in accordance to FAR 52.204-7 and FAR 52.204-8 to be considered responsive to this solicitation. Interested parties should register on-line and subscribe to receiving procurement announcements related to this Sources Sought Notice at www.sam.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58704653f7744ed7b942d6b41a3492b7/view)
- Place of Performance
- Address: Laramie, CO 82070, USA
- Zip Code: 82070
- Country: USA
- Zip Code: 82070
- Record
- SN06257008-F 20220305/220303230115 (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 |