Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOURCES SOUGHT

99 -- Dismantling, Demolition, and Removal (DDR) MATOC

Notice Date
12/15/2023 7:19:22 AM
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ24SS0010
 
Response Due
1/10/2024 8:00:00 AM
 
Archive Date
01/25/2024
 
Point of Contact
Jeri L. Halterman, Phone: 8163892198, Jay B. Denker, Phone: 8163893934
 
E-Mail Address
Jeri.l.Halterman@usace.army.mil, Jay.B.Denker@usace.army.mil
(Jeri.l.Halterman@usace.army.mil, Jay.B.Denker@usace.army.mil)
 
Description
Sources Sought for Dismantling, Demolition, and Removal of Improvements Multiple Award Task Order Contract (MATOC) This Sources Sought announcement is to conduct market research for a Multiple Award Task Order Contract (MATOC) for Dismantling, Demolition, and Removal (DDR) of Improvements in support of the Kansas City District. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE.� No reimbursement will be made for any cost associated with providing information in response to this sources sought. The purpose of this notice is to gain knowledge of potential and interested qualified contractors capable of performing hazardous material abatement, building demolition, decommissioning services, and removal of improvements. This effort is classified through the North American Industry Classification System (NAICS) under 238910 Site Preparation Contractors. The small business size standard for NAICS 238910 is $19M. It is anticipated that a solicitation announcement will be published on SAM.gov in early to middle of 2024. The resulting MATOC will have a $49M capacity with a 5-year base duration. The following information is requested in this Sources Sought (SS) announcement: 1.� Firm�s name, address, email address, website address, telephone number, and point of contact. � 2. Firm�s CAGE Code and UEI number. 3. Company size (Small or Large), in accordance with the NAICS 238910. 4. If a Small Business, specify if your company is any of the following: Small Disadvantaged Business, Service-Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business, HUBZone Small Business; 8(a) Small Business concern; or Women-Owned Small Business. 5.� Firm�s interest in providing a proposal as the prime contractor on the pending solicitation once issued. 6.� Experience:� Evidence of capabilities to perform work comparable to that required for the seed project. The work expected for the seed project includes but is not limited to: ����������� a) Abatement of hazardous materials and environmental liabilities. ����������� b) Demolition of fuel tanks, utility plants, utilities, paving, communications infrastructure, and ��� temporary Helipad. ����������� c) Construction of storm drainage and detention as well as backfill and establishment of turf. ����������� d) Decommissioning of medical air, vacuum, and gas systems and medical low-voltage systems. � � � � � � e) Decommission HVAC systems, wastewater systems, laboratory systems, fire suppression systems, hydraulic� � � � � � �elevators, and diesel fuel tanks.� ����������� f) Change lock-cores on exterior doors and securely cover required signage and lettering. 7. Provide a maximum of 3 recent (within the last 6 years) relevant/comparable projects and describe how they are similar to this project.� Include the project name; when the project was completed; dollar value of the project; description of the key/salient features of the project, identify the contracting office & the customer/user (include POC information).� Construction Bonding level per contract and aggregate construction bonding level, both expressed in dollars. The responses must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possesses the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research. Please send your Sources Sought responses via email to jay.b.denker@usace.army.mil �and jeri.l.halterman@usace.army.mil.� Submissions should be received by 10:00 a.m. Central Standard Time, January 10, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b28acef80a34428987e3b1c754763658/view)
 
Place of Performance
Address: Kansas City, MO 64106, USA
Zip Code: 64106
Country: USA
 
Record
SN06914289-F 20231217/231215230045 (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.