Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOURCES SOUGHT

99 -- ***Amendment 0002***Market Survey for District Headquarters Relocation Move Coordinator Market Survey for District Headquarters Relocation Move Coordinator ***Amendment 0002***

Notice Date
2/27/2025 12:23:55 PM
 
Notice Type
Sources Sought
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR25QRMC0
 
Response Due
3/3/2025 8:00:00 AM
 
Archive Date
03/18/2025
 
Point of Contact
Ethan Phillips, Phone: 5023156545
 
E-Mail Address
ethan.s.phillips@usace.army.mil
(ethan.s.phillips@usace.army.mil)
 
Description
***Amendment 0002*** Market Survey for District Headquarters Relocation Move Coordinator is hereby amended as follows: Amendment 0002 removes the requirement for contractors to submit documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. The updated section is underlined below. The response date has NOT updated due no additional information needed in the response. Responses are due 03 March 2025 at 11:00 AM ET. ***Amendment 0002*** Market Survey for District Headquarters Relocation Move Coordinator A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Project Location: 600 Dr. Martin Luther King Jr. Place Louisville, KY 40202 Project Description: Oversee coordination and physical move from Romano Mazzoli Federal Building (RMFB) to 220 W Main to include removal of current furniture in RMFB. USACE would prefer that current furniture in RMFB be repurposed for donation rather than disposal. Contract duration is estimated at 730 calendar days. The estimated cost range is between $100,000 to $250,000 (FAR 36.204 & DFARS 236.204). NAICS code is 484210. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email to ethan.s.phillips@usace.army.mil by Monday, March 03 2025 by 11:00 AM Eastern Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI) and Cage Code. Description of Experience � Provide descriptions your firm�s past experience on up to three (3) projects with greater than 95% construction complete, or those projects completed within the last five years which are similar to this project in size, and scope. Provide documentation demonstrating experience for similar type of work and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the work. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Projects similar in Scope to this project include: Coordinating the move of equipment such as large printers, plotters, boxes of files, health unit equipment, computer monitors, two boxes of personal items for approximately 900 employees, and other specified equipment from one office space to another. Ensure that all equipment is moved to the appropriate area at the new location on a specified date. Decommission the current furniture in the Romano Mazzoli Federal Building by dismantling and donating current furniture in the Romano Mazzoli Federal Building. Projects similar in size to this project include: Three phased moving plan over two calendar years that will include moving into 181,000 square feet of office space, vacating 183,000 square feet of office space. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% 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. NOTE: Total submittal package shall be no longer than 10 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses and any questions to Ethan Phillips at ethan.s.phillips@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fb1e8fdff0c48f6a1f4270addbf6880/view)
 
Place of Performance
Address: Louisville, USA
Country: USA
 
Record
SN07356731-F 20250301/250227230045 (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.