Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
SOURCES SOUGHT

Z -- Replace Carpeting Bldg 848 at Presidio, Monterey CA

Notice Date
6/20/2016
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-16-S-0069
 
Archive Date
7/20/2016
 
Point of Contact
Howard Gregory, Phone: 9165575217
 
E-Mail Address
howard.gregory@usace.army.mil
(howard.gregory@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91238-16-S-0069 This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Howard Gregory at howard.gregory@usace.army.mil. Responses will be used to help determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources, and to include small businesses in the following socioeconomic categories: Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB), Certified 8a Small Business, and Certified HUB Zone Small Business. The project is for CARPET REPLACEMENT AT Building 848 at the Presidio of Monterey, in Monterey, CA. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE (especially to indicate interest in the resulting project); however, preference will be given to the SB categories listed above. This project is planned for advertising in July 2016. In accordance with FAR 36.204(f), the estimated value of the resulting contract is expected to be between $1M and $5M. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 238330, Flooring Contractors, and the size standard is $15.0 million. The corresponding Standard Industrial Classification (SIC) is 1752. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. PROJECT DESCRIPTION Replace carpet with vinyl tile (all usable, carpeted space in this Instructional Facility building: approximately 50,000 sq ft). On all three floors, any carpeted areas will have carpet removed and replaced with vinyl tile. Contractor will be expected to also test for hazardous materials prior to beginning construction and manage in accordance with standards. Work will need to be performed during off hours/days to minimize impact to class schedules CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. (If the offeror is a joint venture, please provide projects performed by the joint venture). 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Veteran Owned Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The capabilities statement provides insight into a company's ability to demonstrate existing-or-developed expertise and experience in relation to the described project requirements specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, Woman Owned, HubZone, etc., or all Small Business firms, or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit incomplete information within the allotted time may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on July 5, 2016. Submit response and information through email to: howard.gregory@usace.army.mil. Please include the Sources Sought No. W91238-16-S-0069 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-S-0069/listing.html)
 
Place of Performance
Address: Presidio of Monterey, Monterey, CA, Monterey, California, United States
 
Record
SN04155317-W 20160622/160620234405-361e44b876694c757f308841a951797b (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.