SOURCES SOUGHT
66 -- Falls Lake Traffic Counter Installation
- Notice Date
- 3/17/2023 1:27:56 PM
- Notice Type
- Sources Sought
- NAICS
- 334514
— Totalizing Fluid Meter and Counting Device Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM23Q0023
- Response Due
- 3/27/2023 12:00:00 PM
- Archive Date
- 12/31/2023
- Point of Contact
- James P. Arnold, Phone: 9102514473, Troy Small, Phone: 9105244650
- E-Mail Address
-
james.p.arnold@usace.army.mil, troy.d.small@usace.army.mil
(james.p.arnold@usace.army.mil, troy.d.small@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE FOR FALLS LAKE, TRAFFIC COUNTER INSTALLATION WAKE FOREST, NORTH CAROLINA This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Quotes. 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.� The project will include the purchase of all supplies and materials needed to install six (6) in-ground inductive loop vehicle counters and six (6) Steel above ground security boxes and pedestal pipes to house the traffic counters. All interested firms with 334514 as an approved NAICs code have until 27 March 2023 at 3:00 p.m. EDT to submit the following information: -�� �Name & Address of your Firm -�� �Point of Contact (Name/Phone/E-mail) -�� �Current SAM UEI Number and CAGE Code -�� �Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. 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 & 8(a) via SAM. -�� �Firm's capability to perform, to include geographic span and project size.� 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. MARKET SURVEY: The Government is considering using Definitive Responsibility Criteria (DRC) in this notice. In order to be considered, interested firms are requested to provide information that shows previous experience as outlined below on at least three (3) projects in the last five (5) years. *PREVIOUS EXPERIENCE: Evidence of capabilities to perform comparable work (i.e., traffic and/or vehicle counter installation) in the area of General Services/Construction. The contractor must provide evidence of comparable work on three (3) recent projects (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: James P. Arnold and Troy D. Small E-mail: James.P.Arnold@usace.army.mil and Troy.D.Small@usace.army.mil� The email should be titled: W912PM23Q0023, Falls Lake, Traffic Counter Installation Sources Sought �� � 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/e6972d82bb744bfd88578e3b82517db4/view)
- Place of Performance
- Address: Wake Forest, NC 27587, USA
- Zip Code: 27587
- Country: USA
- Zip Code: 27587
- Record
- SN06622874-F 20230319/230317230115 (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 |