SOURCES SOUGHT
99 -- Relocatable Buildings
- Notice Date
- 10/27/2023 5:41:31 AM
- Notice Type
- Sources Sought
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- RLB_RFI
- Response Due
- 11/2/2023 8:00:00 AM
- Archive Date
- 11/03/2023
- Point of Contact
- Jeremy J. Kinney
- E-Mail Address
-
Jeremy.j.kinney@usace.army.mil
(Jeremy.j.kinney@usace.army.mil)
- Description
- REQUEST FOR INFORMATION This is a Request for Information (RFI) only. This RFI is being conducted to identify potential United States (US) businesses only that may possess the expertise, capabilities, and experience to fulfill requirements for the fabrication/manufacture of Unified Facilities Criteria (UFC) 1-201-01 compliant relocatable buildings within an estimated thirty (30) calendar day period. This RFI is issued solely for market research and planning purposes only and does not constitute a solicitation. Both large and small US registered businesses are encouraged to participate in this Market Research. No foreign owned businesses will be considered. Product must be sourced from the US or an EU country. Companies responding to this RFI are advised that a response does not ensure participation in a future solicitation or contract award. The Government will not reimburse participants for any expenses associated with participation in this RFI. Respondents will not be notified of the results of the evaluation. The Government does not intend to make an award on the basis of this RFI. If pricing information is provided based upon this request, it will be solely used for market research and will not be used in any binding form to the Government. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. A.Objective The Government is seeking to identify contractors capable of satisfying this requirement at the prime contractor level with full responsibility for contractor and sub-contractor personnel, equipment, and services. The Government requests that submitting contractors identify a representative to support further Government inquiries and requests for clarifications of the information provided. Responses to this RFI should include the name, telephone number, and email address of a Point of Contact (POC) having authority and knowledge to discuss responses. Complete written responses to this RFI should include the following information with the RFI response: � � 1) Company name; � � 2) Company address; � � 3)Point of Contact; � � 4) Telephone Number; � � 5) E-mail address; � � 6) Company Cage Code; � � 7) Web page address; � � 8) Estimated Cost (USD) per building as requred in paragraph ""B"", and cost for an additional 200 housing unit RLB. Questions concerning this RFI shall be directed to: � � MSG Jeremy Kinney � � Contracting Officer � � jeremy.j.kinney@usace.army.mil � � Phone: 540-665-5304 B. General Requirements This Sources Sought outlines the minimum requirement for the manufacture/fabrication only of the following UFC compliant relocatable buildings (RLB) fabricated in the US or EU countries only: 140 stackable RLB's housing units:�capable of sleeping 4 personnel per unit. Housing RLBs should be fabricated, and ready to ship world-wide, approximately 30 days after contract award. The estimated cost for this requirement shall include manufacture costs only. Delivery and Installation is not included in this requirement and will be performed by another party or government entity. 40 Latrine RLB's:�Latrines should be configured with shower stalls, toilets, and sinks. The Latrine RLB must be easily erected by a small crew and a light crane.� The total installation time shall not exceed 72 hours.� Utility connections on the RLBs must be configured for rapid, on-site connection to Prime Power and water/wastewater connections. The electrical package shall be compatible with the local voltage requirement of 220V/415V, 3 phase, 50Hz.� The HVAC units shall be designed and built for the Gulf climate conditions.� � � � � � �Latrine RLBs should be fabricated, and ready to ship world-wide, approximately 30 days after contract award. The estimated� � � � � � �cost for this requirement shall include manufacture costs only. Delivery and Installation is not included in this requirement� � � � � � � � � �and will be performed by another party or government entity. 20 Dining Facilities (DFAC): Will not include any interior fit-out. Configurations should be ""standand"" configuration for a kitchen.� � � � � � The DFAC RLB must be easily erected by a small crew and a light crane.� The total installation time shall not exceed 72� � � � � � � � � � hours. Utility connections on the RLBs must be configured for rapid, on-site connection to Prime Power and water/wastewater� � � � � � connections. The electrical package shall be compatible with the local voltage requirement of 220V/415V, 3 phase, 50Hz.� � � � � � � � � The HVAC units shall be designed and built for the Gulf climate conditions.� � � � � � DFAC RLBs should be fabricated, and ready to ship world-wide, approximately 30 days after contract award. The estimated� � � � � � � cost for this requirement shall include manufacture costs only. Delivery and Installation is not included in this requirement and� � � � � � will be performed by another party or government entity. C. Requested Information Interested parties shall respond by specifying if they have current commercial products available that expressly meet the parameters listed in Section B. Interested Parties may include item brochure information with their response. Describe capabilities and experience in manufacturing the quantity of units within the timeframe specified with regard to the requirement. If unable to meet the ready-to-ship in 30-day timeline, please provide alternate timeline. If possible, demonstrate ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar type buildings: � � � � � �a) Contract Number � � � � � �b) Procuring Agency � � � � � �c) Contract Value � � � � � �d) Number of assets procured � � � �4.�Provide separate estimated timelines for fabrication/manufacturing with regard to the requirements of this effort. � � � �5.�Provide information and capabilities of providing pricing information that shall be valid for up to, but no more than, 90 days. � � � �6.�Provide overall feedback regarding the specifications to include, but not limited to, missing items or information or potential� � � � � � � � �issues. D. Responses Responses to this RFI are due no later than 11:00 AM Eastern Daylight Time (EDT) on Thursday, 2 November 2023. All responses are to the submitted via email to Kenneth G. Baker and MSG Jeremy Kinney, Contracting Officer�s, at Kenneth.g.baker@usace.army.mil and Jeremy Jeremy.j.kinney@usace.army.mil. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9503200f83d0472b81ea062d8394c9fe/view)
- Record
- SN06870423-F 20231029/231027230051 (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 |