SOURCES SOUGHT
Y -- Y--Lateral 73-36 Check 1 Replacement
- Notice Date
- 12/15/2023 11:42:46 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- CENTRAL OFFICE RESTON VA 20192 USA
- ZIP Code
- 20192
- Solicitation Number
- DOIAFBO240022
- Response Due
- 1/5/2024 9:00:00 AM
- Archive Date
- 01/20/2024
- Point of Contact
- McLaughlin, William, Phone: (850) 281-3444
- E-Mail Address
-
William.McLaughlin@bia.gov
(William.McLaughlin@bia.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NOT A SOLICITATION AVAILABLE AT THIS TIME. The Bureau of Indian Affairs (BIA) is seeking qualified Indian Small Business Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or Small Businesses (SB) to determine if there is sufficient interest to set aside this requirement. Prior Government contract work is not required for submitting a response under this notice. This sources sought notice is a market research tool only. Responses will be used to determine the extent to which this requirement will be set aside for small business or small business social economic subcategories. If this market research concludes there is not enough small business response, this requirement may be solicited to large businesses. Furthermore, upon review of industry response to this notice, the Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. This will be a competitive, firm-fixed price contract, procured in accordance with the Federal Acquisition Regulation (FAR) Part 15. This will be a negotiated procurement using the Lowest Price Technically Acceptable (LPTA) method. However, the results and analysis of the market research will finalize the determination of the procurement method. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard is $45,000,000. In accordance with FAR Part 36.204, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. Small Businesses are reminded under FAR 52.219-14(e)(4), Limitations on Subcontracting; they must perform at least 85% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. Project Overview See the following attached documents: 1. Statement of Work 2. Specifications 3. Drawings Notice Response It is requested that interested small businesses submit to the Contracting Officer a brief capabilities statement package including all the information contained in this notice in order to demonstrate the ability to perform the services described. The Firm�s response to this notice shall be limited to 20 pages and shall include the following information: 1. Firm�s name, Unique Entity ID (SAM), address, point of contact, phone number, and e-mail address. 2. Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute construction, comparable work performed within the past 5 years). 2. Brief descriptions of at least three example projects, including: contract number, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. 3. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice. 4. Firm�s Business Type � LB, SB, 8(a), WOSB, HUBZone, SDVOSB, ISBEE, IEE. 5. Joint Ventures (existing), including Mentor Prot�g�s should submit information about the Joint Venture structure and team members. Other teaming arrangement information should be submitted such that the Government can understand the relationships, responsibilities, and roles of team members. 6. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project. Note: All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. Anticipated solicitation issuance date is on or about February 2024. The official synopsis citing the solicitation number will be issued under Contract Opportunities on SAM.gov. NOTICE RESPONSES ARE DUE NO LATER THAN: January 5, 2024, at 12:00 PM (ET). The package shall be sent via electronic mail (e-mail) to Mr. William McLaughlin at william.mclaughlin@bia.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/08213b91209d49348e583c4f9075702c/view)
- Record
- SN06914229-F 20231217/231215230044 (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 |