SOURCES SOUGHT
Z -- SOURCES SOUGHT ANNOUNCEMENT FOR AN IDIQ TO PROVIDE PERFORMANCE OF CYCLICAL MAINTENANCE TASKS AT MULTIPLE WEATHER FORECAST OFFICES TO SUPPORT THE NATIONAL WEATHER SERVICE CENTRAL REGION
- Notice Date
- 2/11/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- WC-133W-15-RP-0051
- Archive Date
- 10/30/2015
- Point of Contact
- NICHOLAS J. DEGUIRE, Phone: 816-426-2367
- E-Mail Address
-
NICHOLAS.J.DEGUIRE@NOAA.GOV
(NICHOLAS.J.DEGUIRE@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The intent of the announcement is to identify sources that are qualified Small Business concerns, including Small Business, Small Disadvantaged, Women Owned and Veteran Owned firms for a Base Indefinite Delivery, Indefinite Quantity (IDIQ) for the National Weather Service Central Region, National Oceanic and Atmospheric Administration (NOAA). The Government proposes to issue a firm fixed price type contract for this requirement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The primary purpose of this contract is to issue task orders to service 38 Weather Forecast Offices (WFO) throughout a 14 state central region (Colorado, Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North Dakota, South Dakota, Wisconsin, and Wyoming). The National Weather Service (NWS) requires cyclical maintenance be performed on these facilities. Maintenance includes four primary requirements; facility painting, carpet replacement, parking lot maintenance, and Upper Air Inflation Building (UAIB) dome coating. Based on funding availability, the Government will issue firm-fixed priced task orders to perform the scheduled maintenance. The anticipated schedule in the first year includes office painting at five locations, carpet replacement at three locations, parking lot seal and stripe at 11 locations, and UAIB dome painting at five locations. An additional requirement may be included in this solicitation or solicited separately based on market research. Based on funding availability, the Government will issue firm-fixed priced task orders to perform maintenance on pre-cast concrete radar shelters (RDA, Generator, & TPMS-A or TPMS-B) which house electronic radar equipment for 28 sites. In addition, maintenance will be completed at eight 20’ x 20’ pre-cast storage shelters. Requirement includes construction services to prevent moisture from entering the building and the shelter maintenance repair. Services include but are not limited to: Removing and Replacing Roof, Cleaning and Re-sealing aggregate surfaces, Repainting Metal Surfaces, and Removing and replacing all exterior caulk in joints. The construction of the three types of RDA Shelters (by Fiberbond) are similar in that they are all constructed of concrete panels with exposed aggregate exterior walls and a concrete roof with a rubber protective coating on the roof exterior. All shelters have painted metal doors/frames, ventilation hoods, diesel fuel fill tubes, etc. The RDA and Generator Shelters have caulked joints between concrete panels, whereas the TPMS Shelter does not use caulking in these joints. Contract shall be for one base year with four option years. The estimated contact capacity will be $2.0 million for both requirements. Estimated amount to complete the four maintenance requirements per office location and perform maintenance on the shelters is between $25,000 and $100,000. Prior experience with construction of ranges of similar scope will be required. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $36.5 Million. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and subfactors have not been assigned at this time. Past Performance will be evaluated. Offerors response to this synopsis shall be limited to ten 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. Firm needs to state whether they are interested in proposing for the on pre-cast concrete radar shelters or would prefer to propose on the general maintenance only. 3. Firm’s experience with maintenance on similar facilities and pre-cast concrete radar shelters. Include comparable work performed within the past five years, brief description of the contract, customer name, timeliness of performance, customer satisfaction, and dollar value of the requirement) provide at least three examples. 4. Firm’s experience with operating outside the firm’s home office immediate area, covering a multi-state region. 5. Firm’s management experience with managing multiple projects simultaneously. 6. Firm’s type of business and business size. 7. Firm’s Joint Venture information, if applicable existing and potential. 8. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested offerors shall respond to the Sources Sought Synopsis no later than March 2, 2015 at 10:00 AM (CST). All interested contractors must be registered in SAM to be eligible for award of Government contracts. Mail or e-mail your response to U.S. Department of Commerce, NOAA, 1756 Federal Building, 601 East 12th Street, Kansas City, Missouri 64106, ATTN: Nicholas DeGuire, or e-mail your response to Nicholas.J.DeGuire@noaa.gov. E-mail is the preferred method when receiving responses to this synopsis. No telephone inquires will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133W-15-RP-0051/listing.html)
- Record
- SN03640265-W 20150213/150211235039-044554935d9f117205a00ef7d5f85519 (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 |