Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOURCES SOUGHT

56 -- Access Control Point at DLA Richmond, VA

Notice Date
5/3/2016
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-R-ACP1
 
Archive Date
6/9/2016
 
Point of Contact
Kevin E. Comegys, Phone: 7572017310
 
E-Mail Address
kevin.e.comegys@usace.army.mil
(kevin.e.comegys@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this SOURCES SOUGHT NOTICE is for Market Research ONLY to determine interest and capability of potential qualified Small Business, Certified 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business firm and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. If inadequate responses are received, this solicitation may be issued for full and open competition. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION is available at this time. All responses shall be used to determine the appropriate acquisition strategy for an anticipated future acquisition. The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking potential small businesses capable of supporting this requirement for an Access Control Point at the Defense Logistics Agency Aviation in Richmond, Virginia. This is not a follow-on contract. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. PROJECT INFORMATION The Norfolk District requires the services of a construction firm capable of building a standard design Access Control Point to include: Gate house, guard booths, inspection canopies and search area shelter, roadways, parking, lighting, traffic control signals, passive and active vehicle barriers with comprehensive control systems, information systems, fire protection, alarm systems, Intrusion Detection System Installation, and Energy Monitoring Control Systems connection. This project will be constructed on a constrained site with limited and controlled physical access and restricted/limited laydown area; and adjacent to an active client operation directly adjacent to or surrounded by activities or normal operations which cannot be stopped or eliminated during construction. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction, North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. Contract Period of Performance and Amount. Any resultant contract will be awarded for a period of 30 months. The order of magnitude for this effort is estimated between $5,000,000 and $10,000,000.00. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside this procurement for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states, "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 10 point font minimum) demonstrating ability to perform the requested services identified in this survey responding the questions below and utilizing the templates provided as a guide. If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Norfolk District, Contracting Office; Attention: Mr. Kevin Comegys, 803 Front Street, Norfolk, VA 23501, or via email at kevin.e.comegys@usace.army.mil. Send a courtesy copy (cc) to Ms. Tramaine Sims at tramaine.j.sims@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 25 May 2016. For the exact deadline, see the response date on the announcement page. Late responses may be considered, however interested parties are advised that an acquisition strategy decision will be approved shortly after the deadline, and as such the Government reserves the right to disregard late responses. Please submit the following information and the information required in the attached worksheets: Requirements for Response to this Sources Sought 1. Data Universal Numbering System (DUNS) & Commercial & Commercial, Government Entity (CAGE), or a copy of your entity record on SAM.gov. 2. Name of firm w/address, phone and fax number, and point of contact with a corresponding e-mail address. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business and size of firm (large or small). 4. Bonding Capacity: State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount) for a $25 million project. Also submit maximum bonding capacity and indicate a list of Construction Contracts underway with project Value to determine remaining bonding capacity. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business when its formally advertised. 6. Offeror's Joint Venture information if applicable - existing and potential 7. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, for which your firm was the prime contractor. Identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result. 8. Firms submitting responses shall provide: a. Narrative of previous experience constructing Access Control Point with specific information describing the firm's capabilities in each of the areas described above. b. Three examples of construction contracts with at least $5M - $10M capacity completed within the past five (5) years. Please include point of contact information for examples provided as past performance on indicated projects may be verified. NOTE: Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Additional Info: Contracting Office Address: US Army Corps of Engineers, Norfolk District, 803 Front Street, Norfolk, VA 23501 Place of Performance: Richmond, Virginia Point of Contact(s): Kevin Comegys, Contract Specialist Kevin.e.comegys@usace.army.mil   COMPANY INFORMATION Name: DUNS number: Address: CAGE Code: Point of Contact: Title: Email address: Phone number: BUSINESS SIZE/SOCIOECONOMIC STATUS (NAICS Code 236220, Size Std $35.5 million) (Mark ALL that apply) Large Small Small Disadvantaged Exit Date: 8(a) Cert. No: Exit Date: HUBZone Cert. No: Effective Date: VOSB SDVOSB WOSB Anticipate proposing as a Joint Venture? If Yes, please describe: BONDING CAPACITY Type: Amount per contract: $ $ Aggregate amount: $ $ How likely are you to submit a proposal on a solicitation that may result from this effort? Very Likely ______ Likely _____ Not Likely _____ Would your firm be more or less likely to submit a proposal on a best value trade-off contract whose scope encompasses multiple potential projects? Very Likely ______ Likely _____ Not Likely _____ Would your firm more or less likely to submit a proposal on a Lowest Price Technically Acceptable contract? Very Likely ___________ Likely _________ Not Likely __________ PROJECT INFORMATION TEMPLATE (Make additional copies as needed) Project Title: Location: Address of work site: Contract number: Task order number: Dates of performance: From To Total Contract Value: $ Total Value to date: $ Procuring activity: Procurement point of contact: Phone: Type of agency: Fed Govt State Govt Municipality Private Other (describe) Performed as: Prime Contractor Subcontractor Other (describe) General description of work:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-R-ACP1/listing.html)
 
Place of Performance
Address: Defense Logistics Agency in Richmond, VA, Richmond, Virginia, United States
 
Record
SN04104051-W 20160505/160503235145-bf0191a336f86637b4a6f2f25784952d (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.