SOURCES SOUGHT
72 -- Nationwide DCAA Outfitting and Transitioning Facility Renovation and Equipment Modernization
- Notice Date
- 3/20/2013
- Notice Type
- Sources Sought
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-13-S-0017
- Response Due
- 4/3/2013
- Archive Date
- 5/19/2013
- Point of Contact
- Maria E. Rodriguez, (409) 766-6331
- E-Mail Address
-
USACE District, Galveston
(maria.e.rodriguez@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers - Ft Worth District, Galveston Contract Execution Branch, Galveston Texas is issuing this sources sought synopsis for nationwide DCAA Outfitting and Transitioning Facility Renovation and Equipment Modernization Program as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for providing total troop-ready project support for planning, outfitting, and transitioning the staff associated with the FY13 thru FY17 outfitting and renovation projects. The programmatic value is $9.75M, inclusive of all Option yrs. This program will support efforts Nationwide (CONUS). The projected task order maximum is $1.25 million. The larger percentage of the contract and task order values will be for commodities purchases while incidental services will also be acquired. Under this contract, the IO contractor shall provide: 1) initial outfitting transition (IO-T) services associated and/or 2) provide all initial outfitting commodities (IO-C) to outfit new or newly renovated office facilities, and any other buildings connected to/associated with office facilities. Initial outfitting commodities (IO-C) will also be provided for facilities that are requiring renovation and equipment modernization. Services include office system compatible comprehensive project management; comprehensive interior design development; necessary equipment identification; transition and relocation planning & services; receipt storage and warehousing of new and existing equipment; installation, technical inspection, maintenance and training for equipment and/or systems; and the final turnover, close-out and post-occupancy evaluations for identified projects. These ancillary tasks lead to the purchasing of office equipment and/or furnishings, information management, physical security, and specialty IT systems. These purchases comprise the bulk of the cost of the requirement. Additionally, the effort may include procuring Information Management/Information Technology (IM/IT) equipment and systems. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 337127. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Under FAR guidelines, the prime contractor must have the capability to perform at least 50 percent of the contract work with his-or-her own employees. If your organization has the potential capacity to perform these contract services, please provide the following information. Firm's response to this Synopsis shall be limited to 4 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this type and complexity (include firm's capability to execute comparable work performed within the past 3-5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide no more than 3 relevant project examples, no more than 1 page per example. 4. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). 5. Firm's Joint Venture information if applicable - existing Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement in electronic format. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the USACE in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran, 8a, HUBZone, Small Business firms or proceed with full and open competition as Unrestricted. The proposed project is planned as an Indefinite Delivery/Indefinite Quantity (IDIQ) with award of up to three Multiple Award Task Order Contracts (MATOCs) utilizing Best Value Trade Off acquisition method. The anticipated period of performance will consist of a one year base period with two to four one-year option performance periods. The estimated period of performance to begin is 1 September 2013 thru 31 August 2014. Interested Firms shall respond to this Sources Sought Notice no later than 3 April 2013, 2:00 p.m. CT. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Please email responses to this SOURCES SOUGHT synopsis to Mr. Aldrich Nichols at aldrich.a.nichols@usace.army.mil. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-13-S-0017/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN03016114-W 20130322/130320234133-2a967eac9acf756d34a472e1e77dac3e (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 |