Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2016 FBO #5202
SOURCES SOUGHT

Y -- Colombia Base Barrier Wall System

Notice Date
2/18/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of State, Office of Acquisitions, Florida Regional Center, RPSO-FL, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC16R0006
 
Archive Date
3/15/2016
 
Point of Contact
Kevin Ellis, Phone: 9546301164
 
E-Mail Address
elliskt@state.gov
(elliskt@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only, for the following categories of U.S. small businesses: HUBZone, Service-Disabled Veteran-Owned Service Disabled, Woman-owned and Economically Disadvantaged Woman-owned Small Businesse, and other small businesses. This notice is not a Request for Proposals (RFP) or Request for Quotations (RFQ). No contract or order will be awarded from this announcement, nor will there be any reimbursement made for any costs associated with providing information in response to this announcement. The Government will utilize responses to this sources sought notice to determine the availability of qualified U.S. small business firms, within the above identified categories, capable of meeting the Department of State's requirements and to determine the appropriateness of setting aside an anticipated acquisition under one of the above small business categories. The North American Industry Classification System (NAICS) code applicable to this requirement is 236220. The corresponding small business size standard is $36.5 million. Due to the nature of the requirement, the particularity of the site and the fact that due to security restrictions site drawings or photographs will not accompany the solicitation and attendance at the vendor's expense at the on-site pre-solicitation conference is mandatory. If the vendor is not represented at the site visit then the offer will not be considered. The vendor shall provide all labor, materials, equipment, machinery, and components to construct the requested structures. The vendor shall provide for review and approval the design, drawings, material properties for the structures to be provided and identify an ability to support the logistical and security requirements associated with project execution. The vendor shall have the capability of providing metal barrier-based defense system structures designed to protect against ballistic penetration of direct fire and fragmentation projectiles. Defense systems are to be fabricated utilizing a minimum 20 gauge galvanized steel which can be easily installed in an austere location. The defense system structures shall be constructed/assembled using pre-fabricated structures that are easily and securely reassembled in order to ensure efficient on-site assembly while at the same time appropriately and safely distributing the weights of loaded material within the system. The modular wall system will be installed on a solid and stable base that prevents erosion; this base should be made of concrete. Once installed, the system shall offer immediate stability meeting all appropriate Colombian building and structural codes. The defense system shall include all required accessories, such as corners, connectors, anchors and protection elements. The defense system shall be easily disassembled should it be required at a future date for assembly and installation at another site. EXPORT RESTRICTIONS The Contractor shall comply with all U.S. export control laws and regulations, including but not limited to the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed in Colombia where the foreign person will have access to export-controlled technical data or software. The Contractor shall be responsible for all regulatory recordkeeping requirements associated with the use of licenses and license exemptions/exceptions. Required Delivery: 120 days after receipt of the order or 120 days after receipt of the export license (if required). Interested US small business concerns capable of meeting the requirements are invited to submit a Capability Statement by uploading the following information directly to the FebBizOpps website. The Capability Statement must include at a minimum the following information: 1. Company name, DUNS number, and POC information. 2. Small Business Status (e.g. Small, SDVOSB, WOSB, HUBZone, etc.). 3. Technical specifications of company's product(s) meeting DOS requirements. Include product name and part number(s). Is an export license required? 4. Is your company the manufacturer of the equipment? If your company is not the equipment manufacturer provide name, DUNS number, and address of the manufacturer. Is the equipment manufacturer a US small business concern? 5. Describe how warranty and support services will be provided in-country (Colombia). Provide name, address, and POC of locally registered company that will provide maintenance, training, and repairs. 6. List previous contracts (not to exceed 5 references) under which the company has sold products similar to the ones required. Include contract number, contract amount, award date, and customer name, address, and POC information. General affirmations of interest will not be considered in our set-aside decision. Only Capability Statements addressing the above-mentioned requirements received from US small business concerns will be considered. Vendors will not receive formal notification or feedback on any information submitted in response to this Sources Sought request. NO PHONE CALLS WILL BE ACCEPTED. ONLY WRITTEN CORRESPONDENCE Contracting Office Address: RPSO-FL 4000 N. Andrews Ave. Fort Lauderdale, Florida 33309 United States Primary Point of Contact.: Kevin T. Ellis, Contracting Officer elliskt@state.gov Fax: 954-630-1165
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f70cc4d3dd9a7f94c4ee9ab892dc91d5)
 
Place of Performance
Address: Tulua and Necocli, Non-U.S., Colombia
 
Record
SN04023810-W 20160220/160218234751-f70cc4d3dd9a7f94c4ee9ab892dc91d5 (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.