Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOURCES SOUGHT

Z -- Sources Sought for Construction/Repair Roof - Draft PWS/SOW

Notice Date
4/21/2016
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-T-1188
 
Point of Contact
Lori A. Cahill, Phone: 6095621305
 
E-Mail Address
lori.a.cahill2.civ@mail.mil
(lori.a.cahill2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS/SOW FOR Construction/Repair Roof Sources Sought No.: W15QKN-16-T-1188 Project Title: Repair & Recoat Polyurethane Foam BASF Silicone Roof for the Reserve Center and Unit Supply Building This is a sources sought notification. This is a market research tool to determine the availability of sources prior to issuing the solicitation. This announcement is for informational and planning purposes only and does not constitute a solicitation. The intent of this notification is to identify potential large and small businesses capable of providing Roof Repair Construction Services at TSGT Frank D. Peregory USARC at Charlottesville, VA 22903. The NAICS code for the proposed competitive procurement is 238160 and the size standard is $15M. The estimated magnitude of the project is between $25,000 and $100,000. Submittal Information: It is requested that interested businesses submit a brief capabilities statement (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached performance based work statement. A generic capability statement is not acceptable. This documentation must address, at a minimum, the following: (1) Title of the project you are responding to; (2) Company profile to include number of employees, annual revenue history, office location(s), CAGE Code, DUNS number, and a statement regarding current business size and socioeconomic status (i.e. 8(a), Hubzone, Woman Owned Small Business, Veteran Owned Small Disadvantaged Business, Service Disabled Veteran Owned, etc) for the above listed NAICS; (3) Statement regarding capability to provide the requested construction services, which shall meet industry standards and Richmond, VA building codes as well as your ability to provide a 10-year Full Recoat System complete warranty. (4) Experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (5) If your organization is a small business, please address your company's ability to perform at least 25% of the work, not including the cost of materials, with its own employees in accordance with FAR 52.219-14. PLEASE NOTE: A payment bond and an alternative method of payment protection, including any necessary reinsurance agreements will be a required in any resultant solicitation, in the amounts listed in FAR 28.102-2. The capability statement shall be sent by e-mail to: Lori Cahill, Contract Specialist Army Contracting Command - New Jersey 5418 South Scott Plaza, Joint Base MDL, NJ 08640 lori.a.cahill2.civ@mail.mil. Deadline: Submissions must be received at the office cited no later than 11:00 a.m EST on Friday, 29 April 2016. Questions or comments regarding this notice may be addressed to Lori Cahill at lori.a.cahill2.civ@mail.mil. Additionally, feedback is encouraged on the Draft Performance Work Statement (PWS). Please submit comments to the Draft PWS in a separate word document. All responses must include the following information: Company Name; Company Address; Company Business Size and Socioeconomic Status; and Point-of-Contact (POC) name, phone number, and e-mail address. THIS SOURCES SOUGHT NOTIFICATION IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, detailed in the DRAFT PWS, SOO and/or Sample Tasks. Feedback is encouraged and appreciated. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought is voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or Government use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3361b733870103733b4a6a674f076ded)
 
Place of Performance
Address: TSGT Frank D. Peregory USARC, 1634 Cherry Avenue, Charlottesville, Virginia, 22903, United States
Zip Code: 22903
 
Record
SN04091078-W 20160423/160421234403-3361b733870103733b4a6a674f076ded (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.