SOURCES SOUGHT
Z -- Replacement of Exterior Doors at the Memorial Amphitheaterat Arlington National Cemetery-Arlington, Virginia
- Notice Date
- 8/3/2009
- Notice Type
- Sources Sought
- NAICS
- 321911
— Wood Window and Door Manufacturing
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-09-P-0325
- Response Due
- 8/7/2009
- Archive Date
- 10/6/2009
- Point of Contact
- Richard White, 703-428-0435<br />
- E-Mail Address
-
Contracting Center of Excellence, Army Contracting Agency (ACA)
(richard.white20@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of Arlington National Cemetery, intends to procure replacement of exterior doors at the Memorial Amphitheater at the Arlington National Cemetery, Arlington, Virginia, using 100% HUBZone small business set-aside or using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due August 7, 2009, 12:00 EST NO EXCEPTIONS. If at least two qualified HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified HUBZone small business concerns. If two or more qualified HUBZone small business concerns are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone, or small business concern in NAICS code 321911 with a size standard of 500 employees are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages and must be submitted electronically. All contractor questions must be submitted no later than 12:00 PM, (EST), August 5, 2009. Small business concerns are to outline their experiences in the following: (1) Contractors ability to take and assure accurate onsite measurements of the existing doors, door jambs, and hardware to ensure proper fabrication and innstallation of new doors and frames. (2) Contractors ability to develop accurate shop drawings for the fabrication new doors frames and jambs. (3)Contractors ability to provide all materials for the fabrication, finishing and shop priming of the three new exteriot wooden doors. (4) Contractors ability to transpost and install all doors, frames, hinges and hardware following current industry installation standards. Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow? (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to Richard W. White for this procurement. A Firm Fixed price type contract is anticipated. The anticipated period of performance will be deliveried within 30 days of date of award. The place of performance will be Arlington National Cemetery, Arlington, Virginia. Contractor personnel will not require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about August 12, 2009 on www.fedbizopps.com. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Richard W. White, at richard.white20@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-P-0325/listing.html)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
- Zip Code: 20310-5200<br />
- Zip Code: 20310-5200<br />
- Record
- SN01897049-W 20090805/090803235600-032f4782e7eeee5811acd49feae9fa10 (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 |