Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2025 SAM #8528
SOURCES SOUGHT

99 -- Request for Information (RFI) for Masonry Target Wall for ERDC GSL

Notice Date
3/31/2025 1:51:23 PM
 
Notice Type
Sources Sought
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ25I0331
 
Response Due
4/15/2025 1:00:00 PM
 
Archive Date
04/30/2025
 
Point of Contact
Jennifer Hoben, David Ammermann
 
E-Mail Address
Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil
(Jennifer.Hoben@usace.army.mil, david.g.ammermann@usace.army.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS NOTICE, OR TO CONTRACT FOR SERVICES. The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is conducting market research to evaluate and determine available sources with competencies and capabilities to provide construction of multiple 8 ft x 8 ft masonry walls sections within steel frames. This masonry construction will take place 3 weeks after award at ERDC�s Big Black Test Site in Vicksburg, MS. The Geotechnical and Structures Laboratory (GSL) is requesting information for providers who can provide the requested construction of multiple 8 ft x 8 ft masonry walls sections within steel frames, a potential lead time for completion, and potential cost for completion of all work as described within the DRAFT Performance Work Statement (PWS). The specifications for the subject work including the tasks, required materials, quantities, etc. are listed in the DRAFT PWS document which is attached. The Government intends to award a single Firm Fixed Price (FFP) contract to procure the required services. The DRAFT Performance Work Statement (PWS) is attached. Please note this is subject to change. The purpose of this Request for Information (RFI) is to obtain availability of vendors and to determine interest in participation before a Request for Proposal (RFP) is released for the required item. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for a solution. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Respondents are requested to review the attached DRAFT PWS and submit responses to the following questions: Contact information: Interested organizations should respond by providing the Government the following information: (1) Company name, (2) Address, (3) Point of Contact, business title, (4) Telephone number, (5) Email address, (6) Company Cage Code, (7) Primary NAICS, (8) Business Size, i.e., Large, Small (if small, state your category). (9) Current Registration in SAM, (10) Webpage address. Capabilities Statement: A description of capabilities in providing 1) the minimum required capabilities described in the DRAFT PWS and 2) Experience. Previous procurement information, including contract numbers and customers, is recommended. Projected Lead Time for Completion: Please provide a projected lead time for completion/time to successfully complete all tasks listed in the DRAFT PWS. Estimated Cost: Please provide an estimated cost for the successful completion of the work as described within the DRAFT PWS. Please include the cost breakdown for all materials, labor, delivery/shipping,etc. Business Status (based on NAICS 238140): Please indicate the business status of your company (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business etc.). General questions(s): If any, relating to the DRAFT PWS that need to be clarified prior to release of an RFP. Please provide the above information no later than 3:00 PM Central Standard Time (CST) on 15 April 2025. Responses should be emailed to Jennifer Hoben at Jennifer.Hoben@usace.army.mil AND David Ammermann at David.G.Ammermann@usace.army.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to SAM.gov. The Government does not guarantee that questions received after 08 April 2025, at 1:00 PM CST will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0253174e4244b0da4cfeae7d87812f7/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN07392524-F 20250402/250331230051 (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.