SOURCES SOUGHT
56 -- 56--Market research for the availability of Small Businesses to perform design and the rehabilitation/modernization of existing classroom facilities in TRADOC schoolhouses.
- Notice Date
- 7/15/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, NRCC - Installation Support Division - Fort Lee, ACA, NRCC, Installation - Fort Lee, Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124, Fort Lee, VA 23801-1606
- ZIP Code
- 23801-1606
- Solicitation Number
- W91QF5-09-0REHAB
- Response Due
- 7/21/2009
- Archive Date
- 9/19/2009
- Point of Contact
- Yvonne Turner, (757)878-2800<br />
- E-Mail Address
-
ACA, NRCC, Installation - Fort Lee
(yvonne.r.turner@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. This is a Sources Sought Announcement seeking only qualified small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) responses in order to determine Small Business participation in this acquisition. The Fort Eustis, Directorate of Contracting, Mission and Installation Contracting Command is seeking potential sources to acquire Rehabilitation of Army Classrooms - Classroom XXI Standard. Army Classroom XXI rehabilitation of existing classrooms is comprised of integration to include the site survey, design, upgrade/rehabilitation of classrooms to provide a turnkey rehabilitation solution that fully supports the insertion of new/emerging training technologies. The work consists of all labor, materials, equipment, transportation and travel required to perform rehabilitation of classroom facilities. The work shall be performed in Army schoolhouse buildings and classrooms located at various sites within the Continental United States. The contractor shall provide existing Government design documents, and shall conduct a full site investigative survey at each installation to determine work requirements, timelines, and costs. The contractor will provide new facility designs where required. Designs will be prepared and certified by licensed professional architects, mechanical, electrical and structural engineers in accordance with established industry standards. The following are deliverables which fall within the scope of this task and which are illustrative of the type of work the Government expects to order: computer floors, acoustical walls, electrical panels and workstation/audiovisual/other power requirements, HVAC upgrades, interior work such as partitions, ceilings, wall and trim material, carpet, floors/floor coverings. The contractor shall not drop ship or warehouse rehabilitation materials at an Army site. The contractor must transport a full classroom (materials) and provide labor to fully rehabilitate a classroom within a 4 week timeframe. The government coordinates/sets fixed dates to commmence and complete classroom rehab. Generally, the contractor renovates classrooms one at a time per site even though there may be more than one at a given location. This is due to classrooms that are full and other classroom locations are not available to meet the training need. The Government anticipates the award of a Firm Fixed Price contract to the successful offeror of this requirement. The period of performance is for a base year period of twelve (12) months with two (2) option years. All work is to be performed in accordance with the Performance Work Statement. The designated North American Industry Classification Systems (NAICS) Code for this procurement is 236220 with a small business size standard of $33.5M. Your response shall include the following information: Your social economic status, revenue for the last three years, revelant past peformance on same/similar work for not more than three years, number of employees and company's capability to do the work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. This request for information is not to be construed as a commitment by the Government and the Government will not pay for information received as a result of this announcement. The results of this request may lead to a future synopsis announcement in FEDBIZOPS as a Request for Proposal. Your response shall include the following information: Company Name, Campany Size, CAGE CODE, DUNS Number, Registration in CCR database. Your information should be received by 21 July 2009 and can be sent via e-mail to Yvonne Turner, yvonne.r.turner@us.army.mil or mailed to MICC, DOC-LEE, ATTN: Yvonne Turner, 2746 Harrision Loop, Fort Eustis, VA, 23604-5292.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ01-2/W91QF5-09-0REHAB/listing.html)
- Place of Performance
- Address: MICC, Directorate of Contracting 2746 Harrison Loop Fort Eustis VA<br />
- Zip Code: 23604-5292<br />
- Zip Code: 23604-5292<br />
- Record
- SN01875759-W 20090717/090715235421-44dd201f4ea1d388e96f5f52a0550025 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |