SOURCES SOUGHT
Z -- DoDEA SRM 8(a) SC-GA Minor Construction IDIQ
- Notice Date
- 11/29/2023 8:43:22 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123624S4009
- Response Due
- 12/20/2023 7:00:00 AM
- Archive Date
- 01/04/2024
- Point of Contact
- Susan Ellis, Phone: 7572017366, Brady Hales, Phone: 7572017155
- E-Mail Address
-
susan.k.ellis@usace.army.mil, Brady.L.Hales@usace.army.mil
(susan.k.ellis@usace.army.mil, Brady.L.Hales@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- SOURCES SOUGHT NOTICE #W9123624S4009 for planned contract DoDEA SC-GA SRM 8(a) Minor Construction IDIQ for USACE, Norfolk District Location: Fort Stewart, GA; Fort Jackson, SC; Laurel Bay Housing (at MCAS Beaufort), SC THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. There is no solicitation, specifications, and/or drawings available at this time. The purpose of this Sources Sought Notice is to identify business concerns with sufficient similar experience that are capable and interested in performing the work described herein. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice. The U.S. Army Corp of Engineers (USACE) Norfolk District is anticipating a future procurement for a firm fixed price Indefinite-Delivery, Indefinite Quantity (IDIQ) services contract for the Department of Defense Education Activity (DoDEA) Sustainment, Restoration and Modernization (SRM) Program at Fort Stewart, Georgia; Fort Jackson, South Carolina; and Laurel Bay Housing (MCAS Beaufort), South Carolina. In accordance with FAR 19.815(a), the Government is conducting market research to determine 1) whether capable and qualified 8(a) firms are interested in this potential contract; 2) whether there are other small business firms who are capable and interested in performing this requirement if the agency makes a determination to increase the pool of interested and capable contractors. Description of Work: The USACE Norfolk District is seeking qualified 8(a) firms and other eligible small business firms capable of providing quick, cost-effective responses to renovations, incidental demolition and construction situations relating to, but not limited to, site work, geotechnical, landscaping, surveying, pacing, architectural, food services, structural, mechanical, electrical, instrumentation, security and safety of facilities located at DoDEA schools in Fort Stewart, GA; Fort Jackson, SC; and Laurel Bay Housing (MCAS Beaufort), South Carolina. The work may involve replacement in kind, renovation, and modification work and/or new construction. It may also include incidental design and testing, and survey and abatement for lead based paint (LBP), asbestos containing materials (ACM) and mold containing materials (MCM). Work will vary project to project and will require extensive experience of construction and renovation projects as well as knowledge of functional operations relating to efficient use of facilities equipment and support systems. The contractor will be required to minimize interference with the daily operation of the facilities. The contractor may be required to meet compressed schedules to deal with emergent and urgent requirements. The facilities to be included in the contract are as follows: Elliot Elementary School (Laurel Bay Housing) Bolden Elementary/Middle School (Laurel Bay Housing) Maintenance Warehouse (Laurel Bay Housing) CSO (Laurel Bay Housing) Pierce Terrace Elementary School (Fort Jackson) Pinkney Elementary School (Fort Jackson) Diamond Elementary School (Fort Stewart) Kessler Elementary School (Fort Stewart) Murray Elementary School (Fort Stewart) Maintenance Building (Fort Stewart) DSO (Fort Stewart) Other Schools Supporting Facilities Solicitation Time: Anticipated solicitation issuance timeframe is on or about January 2024, and the estimated proposal due date timeframe is on or about March 2024. The contract will consist of five (5) year base ordering period. All interested firms shall be registered in SAM.gov in order to submit a proposal in response to the solicitation. Additional Requirements: The contract is estimated at $4.0M. NAICS 236220-Commercial and Institutional Building Construction applies with a small business size standard of $45.0M. The Government is not obligated and will not pay for any information received from potential sources as a result of this market research. Interested capable, qualified, and responsive 8(a) and other small business Prime Contractors are encouraged to reply to this Sources Sought announcement. �The Government will use this information to determine whether an 8(a) set aside is feasible or whether another type of set-aside acquisition plan in lieu of full and open competition is in the Government�s best interest. General Information Requested Please provide the following information: Company name, address, phone number, and point of contact. Indicate business size in relation to the NAICS code 236220. Provide your company's Cage code and Unique Entity Identification (UEI) number to verify your business status as a qualified Small Business (SB), Service-Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than small business. Please indicate the exit date if you are in the 8(a) program.� Offeror�s bonding capability (construction bonding level per contract and aggregate construct bonding level) expressed in dollars. Actual bonding documents are not requested.� Provide a narrative describing primary business lines and the geographic regions your company serves. �Narratives shall be no longer than five (5) single sided pages demonstrating experience in a similar type of work as described above, at similar contract values, and in a similar location.� Does your company, through in-house resources or subcontracting support, have the technical capability and capacity to provide services in the Description of Work for Fort Stewart, GA; Fort Jackson, SC; and Laurel Bay, South Carolina?� Please indicate what services you are capable to perform in house and what services you envision the need to subcontract. Please note the contract will include requirements for self-performance in accordance with FAR 52.219-14 Limitations on Subcontracting. All prospective contractors are required to be registered in the System for Award Management (SAM) database at contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.SAM.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The capability statement must be submitted not later than 20 December 2023 by 10:00 AM EST. The Point of Contact for this requirement is Susan Ellis, email: Susan.K.Ellis@usace.army.mil�and cc�d brady.l.hales@usace.army.mil. TELEPHONE INQUIRES WILL NOT BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ecc14cc2be1343939953b659b67c3c14/view)
- Place of Performance
- Address: SC, USA
- Country: USA
- Country: USA
- Record
- SN06898170-F 20231201/231129230059 (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 |