Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOURCES SOUGHT

Y -- Utility Repair Project

Notice Date
8/25/2009
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
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
W91WAW09R0127
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Regina Daniels, 703-428-0665
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(regina.daniels@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 the Arlington National Cemetery, intends to procure construction services to repair storm drainage, water line and potable water distribution systems 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 12:00 pm (EST) on 4 September 2009. 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 237110 with a size standard of $33.5 Million 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 15 pages and must be submitted electronically. All contractor questions must be submitted no later than 12:00 pm (EST) 4 September 2009. *NOTE: The following questions can also be inserted at the KOs discretion as follows: 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 of $50,000 during the project?; (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?; (4) Does your company have experience in repairing storm drainage, water line and potable water distribution systems? If so, please list experience; and (5) Certifications and Licenses: Does your skilled labor workforce have certifications and/or licenses to perform these services? If so, please list all certifications and licenses. 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 MAJ Regina Daniels at (703) 428-0665, email: regina.daniels@us.army.mil or Mr. Rodney Cameron at (703) 428-0919 and email: rodney.c.cameron@us.army.mil for this procurement. A Firm-Fixed Price contract is anticipated. The anticipated period of performance is to be determined (TBD). The place of performance will be Arlington National Cemetery Visitors Center. Contractor personnel will not require a current secret clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW09R0127/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) 200 Stovall St, 11th Floor Alexandria VA
Zip Code: 22331
 
Record
SN01924885-W 20090827/090825235703-1309482a8bd9a7452ecc1e09d328e54f (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 |
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.