SOURCES SOUGHT
Y -- D-B Construction NIBC Hazardous Waste Facility, Fort Detrick, Maryland
- Notice Date
- 12/19/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-14-S-0010
- Archive Date
- 4/19/2014
- Point of Contact
- Christina Sale, Phone: 410-962-3526
- E-Mail Address
-
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NAICS: 236220 SIZE STANDARD: $33,500,000 PSC: Y1EZ THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential contract for the Design-Build Construction of a centralized handling and storage facility for hazardous waste before it is shipped off-site for final disposal at Fort Detrick, Maryland. The estimated magnitude of construction is between $1,000,000 and $5,000,000. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The survey is to determine if there are any Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified 8(a) contractor or Women-Owned Small Business (WOSB), that may have the capability to perform the work and are interested in the job. Potential candidates under this sources sought exercise should provide information as to previous jobs that are comparable to the job described. It should contain expertise, equipment, and bonding limits. PROJECT: The project is required to provide a centralized handling and storage facility for hazardous waste before it is shipped off-site for final disposal. The project supports the National Interagency Bio-defense Campus (NIBC) expanded mission. This centralized facility will ensure the safe handling of hazardous materials within the installation. Interested sources shall have the experience and capabilities to perform design and construction that meet all of the following criteria: 1) New building construction; (2) Installation and coordination of information management/information technology systems; (3) Site improvements such as parking lot construction, sidewalks, curbs & gutters; (4) Installation and coordination of utility systems (including sanitary, storm, water, gas, electric and communications); (5) Installation of DOD Intrusion dection systems,(6) Installation of Energy Monitory & Control System (EMCS) connections, (7) Installation of building information systems; and (8) Installation and coordination of back-up power systems; All contractor employees working at the project must possess a social security card. Employees must be either a U.S. citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work on any Government project. It would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small businesses pursuing prime contractor opportunities should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified 8(a) contractor or Women-Owned Small Business (WOSB). Qualified Small Businesses shall additionally submit the following information: 1. Company name, address, phone number, point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in Systems for Award Management (SAM) and Online Representations and Certifications Application (ORCA) at the time of contract award. Please see www.sam.gov registration information. 3. Indicate the primary nature of your business. 4. Provide three (3) examples of projects similar to the requirements described above within the past 5 years. Include the point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business General Contractor. 6. The total submittal shall be no longer than 6 pages in one.pdf file or one word document. 7. Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in System for Award Management (SAM). Please see www.sam.gov for additional information. In addition, this Sources Sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement are to be sent electronically to christina.sale@usace.army.mil no later than 10:00am, 30 December 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-S-0010/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore District, 10 South Howard Street, Baltimore, Maryland, 21201, United States
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN03255063-W 20131221/131219234506-7fcdc1a231c8b86f3c9860bb2067d051 (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 |