Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
MODIFICATION

Z -- Replace Semi-Portable Ramp with Permanent Ramp at Track 5

Notice Date
5/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
238110 — Poured Concrete Foundation and Structure 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-2006
 
Point of Contact
Michelle M Harvey, Phone: 608-388-4597
 
E-Mail Address
Michelle.m.harvey3.civ@mail.mil
(Michelle.m.harvey3.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 for the project listed below. Project 1. Replace Semi-Portable Ramp with Permanent Ramp at Track 5 Project Magnitude is between $250,000.00 and $500,000.00 Solicitation Number W911SA-17-B-2006 SYNOPSIS: Excavation to footing elevations; Construction of formwork for walls, footings, slabs, and concrete surfaces; Placement of reinforcing steel, placement and finishing of concrete surfaces. Installation of railroad appurtenances such as bumpers, replacement of track, ties, and components of Track 5. Installation of steel members such as angles, backfilling and compaction around structure to the lines and grades shown on the drawings. Placement of concrete pavement to restore areas affected by the installation of the concrete ramp. Replace concrete pavement to match into existing concrete at F Street, and provide smooth transitions from the toe of the ramp to avoid abrupt grade changes. Install building number sign prior to final inspection. Reinstall existing sign or install new sign provided by the government. 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. The U.S. Government desires to procure all projects on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. 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 a firm fixed price contract within the North American Industry Classification System (NAICS) Code 238110, Poured Concrete Foundation and Structure Contractors with a small business size standard of $15,000,000.00 Responses to this announcement must be received no later than 01:00 PM CST on Tuesday, 23 May 2017. Responses shall be e-mailed to Michelle Harvey at michelle.m.harvey3.civ@mail.mil. Responses shall include the following: 1) Solicitation Number in the subject line of the email 2) Company Name and Point of contact information to include name, e-mail, address, telephone, and fax numbers 3) DUNS number 4) Size of the business (small or large) and the socioeconomic status of the company (i.e. HUBZone, 8(a), etc.) 5) 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/1432bea96abdb38c778547b8e1322f2b)
 
Record
SN04511380-W 20170518/170516235449-1432bea96abdb38c778547b8e1322f2b (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.