SOURCES SOUGHT
Y -- Repair Military Parking Lot and Install new LED lighting at Fort Smith, AR
- Notice Date
- 1/4/2017
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort McCoy, 1108 South R Street, Fort McCoy, Wisconsin, 54656-5142, United States
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA-17-B-0008
- Point of Contact
- Melissa T. Gore, Phone: 6083881251, Steve Bailey, Phone: 6083886077
- E-Mail Address
-
melissa.t.gore.civ@mail.mil, steven.m.bailey2.civ@mail.mil
(melissa.t.gore.civ@mail.mil, steven.m.bailey2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information notice only. This is not a request for proposals and no contract shall be awarded based on this notice. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any company's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals. The Mission and Installation Contracting Command, Fort McCoy, Wisconsin is conducting market research in order to determine the availability and capability of companies to complete the below referenced project. Project 1 - Repair the Military Equipment Parking (MEP) lot and Installation of new LED lighting located in Fort Smith, AR. This project shall consist of but is not limited to construct and install concrete entrance driveways, construct and install 2 new concrete culverts, remove and demolish existing barbed wire fence along the boundaries of the MEP area, install a security fence to match existing fence type, install 2 double swing gates, gravel the expanded MEP area, and install new LED lighting. The project magnitude for this requirement is $1,000,000.00 and $5,000,000.00. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work. The type of solicitation issued will depend upon the responses to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Mission and Installation Contracting Command's determination on how to complete the proposed requirement will be based on responses to this notice and is the sole discretion of the Contracting Officer. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. Any work to be performed will be done as firm fixed price within the North American Industry Classification System (NAICS) Code 238990, Other Specialty Trade Contractors with a small business size standard of $15,000.00.00. Responses to this announcement must be received no later than 11:30am CST on Friday, January 13, 2017. Responses shall be e-mailed to Melissa Gore at melissa.t.gore.civ@mail.mil Responses shall include the following: 1) Reference Sources Sought Number 2) Company Name and Point of contact information to include name, e-mail, address, telephone, and fax numbers 3) DUNS number 4) Company must specify which project(s) they are responding in their capabilities statement. 5) Size of the business (small or large) and the socioeconomic status of the company (i.e. HUBZone, 8(a), etc.) 6). A written narrative of the contractor's capability to provide the requirements listed above to include examples of similar work performed in the past.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ab72bca16693a55e4e280c40a2ed89c9)
- Place of Performance
- Address: Fort Smith, Arkansas, United States
- Record
- SN04363545-W 20170106/170104234931-ab72bca16693a55e4e280c40a2ed89c9 (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 |