Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2022 SAM #7574
SOURCES SOUGHT

C -- Storm Water Facility

Notice Date
8/24/2022 12:06:36 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
W911S822Q5264
 
Response Due
8/26/2022 3:30:00 PM
 
Point of Contact
Jenny A Cisneros, Phone: 253-982-2414, Timothy Greenwell, Phone: 2539828269
 
E-Mail Address
jenny.a.cisneros.mil@mail.mil, timothy.e.greenwell.civ@mail.mil
(jenny.a.cisneros.mil@mail.mil, timothy.e.greenwell.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY. The Mission & Installation Contracting Command (MICC) � Joint Base Lewis-McChord (JBLM), Washington is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support vegetation removal and installation of floating bird balls, risers and handrails. This announcement highly encourages all interested small businesses to respond to this Sources Sought Notice (SSN).� In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The purpose of this announcement is to determine the availability and capabilities of small businesses and small business joint ventures interested in performing a defined construction services contract for vegetation removal and installation of floating bird balls, risers and handrails at JBLM in Washington State.� The MICC JBLM is seeking responses from interested small business firms with current and relevant qualifications, experience, personnel, and capabilities necessary to perform the work described in the attached draft Statement of work (SOW). See the attached draft SOW and draft Technical Exhibits (TEs) for more details. Please note that the SOW and TEs are draft documents and subject to change. DISCLAIMER: All firms responding to this SSN are advised that their response to this notice is not a request that will be considered for contract award. The Government shall not be liable for any incurred costs in response to this notice.� This is not a solicitation for proposals.� No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. This announcement does not contain a bid package or solicitation, and no presentations will be scheduled. All responses shall be provided in writing via e-mail. The North American Industry Classification System (NAICS) Code for this requirement is 236220 Commercial and Institutional Building Construction, with a Small Business Size Standard of $39.5 million. The planned contract consists of the contractor: Removing all vegetation, within the fenced storm-water retention pond area, down to the point in which water begins, remove all vegetation along the banks of the pond, to include brush, trees, blackberry bushes, etc. both rooted, and dead. Install grass seed in accordance with the 2019 Storm Water Management Manual for Western Washington, BMP�s T5.13, C120, and C162, Install floating bird balls made of UV resistant polyurethane. Install risers and handrails. The estimated period of performance is for approximately __6__ months, with a tentative start date approximately 21SEP 2022. In response to this sources sought notice please provide: 1.������ Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status(including small business type(s)/certifications such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2.������ Identify whether the firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.������ Information if sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4.������ Is there any information that the Government could provide in addition to the information in the performance work statement and associated documents that would assist you in building your price proposal? 5.������ Does your company have experience working at JBLM or other military installation? If yes, provide a brief description of the services performed and at what location. 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 contract performance. Please respond to this announcement by 9:00 a.m. Pacific Time, Wednesday, 26 August 2021 by submitting an e-mail with an attached electronic copy of your response to Jenny.a.cisneros.mil@mail.mil. Please name the subject line of your e-mail as �(Insert Company Name) � JBLM Storm Water Facility Sources Sought Response�. Emails shall be no more than five MB in size. If more than five MB are needed, more than one email may be sent. Please name your attached electronic file response as �(Insert Company Name) � JBLM Storm Water Facility Sources Sought Response.doc� (or .docx or .pdf as appropriate).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/debf9438a859475982a5300ce9edeb63/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN06439886-F 20220826/220824230127 (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.