Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOURCES SOUGHT

Y -- UH-60 Helicopter Wash Rack

Notice Date
5/26/2017
 
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, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-R-0026
 
Archive Date
6/22/2017
 
Point of Contact
Lorraine L. Warehime, Phone: 2067646662
 
E-Mail Address
lorraine.warehime@usace.army.mil
(lorraine.warehime@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS AN UPDATED SOURCES SOUGHT ORIGNALLY POSTED ON 6 MARCH 2017. THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT to construct the UH-60 Helicopter Wash Rack at Joint Base Lewis McChord (JBLM), WA. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in the FEDBIZOPS. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. Interest in this announcement is open to businesses located nationwide regardless of business size. The purpose of this notice is to gain knowledge of potentially qualified business to perform the work described and ascertain interest from Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 236220. Note for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $36.5 million. Your responses to the information requested will assist the Government in determining the appropriate structure of the resulting Request for Proposals, and the acquisition method, including whether a set-aside is possible. PROJECT INFORMATION: The U.S. Army Corps of Engineers (USACE) Seattle District is anticipating to solicit for a construction for a UH-60 Wash Rack. This project involves construction of a wash rack facility to allow for washing of two military helicopters simultaneously. Requirements include: demolition of a portion of the existing concrete aircraft parking apron; the provision of a packaged aircraft washing system with all necessary pumps and controls for washing and rinsing modes; a Conex storage container to provide secure, weather protected enclosure of the operational equipment; and all accessories required to connect to existing electrical power, natural gas, water, and sanitary sewer utilities to the new equipment. The wash system shall provide water delivery, water recovery and water treatment for reuse of wash water. The packaged aircraft wash system shall include, but is not limited to, a water treatment system, an ozone injection system, pressure wash system, a foamer system, a gas-fired instant water heater and two 500 gallon tanks; one for holding domestic water and one to hold treated water recovered from the wash pad and filtered for reuse. The system shall meet all code requirements for safe aircraft washing. The anticipated magnitude of construction is between $1,000,000 and $5,000,000. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; 3. CAGE code and DUNS number of your firm. 4. Firm's Joint Venture Information, if applicable. 5. Bonding Information: NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. Provide the following, on the bonding company's letterhead: a. Bonding Limits: (1) Single Bond, (2) Aggregate b. Proof the contractor can provide bonding for a single item of $5,000,000.00. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. g. Point of contact for the Bonding Company Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Firms formally organized as design-build entities, design firms and construction contractors that have associated specifically for this project, consortia of firms or any other interested parties may submit information. Associations may be as joint ventures or as key team subcontractors. Any legally organized Offeror may submit information, provided that the Offeror or Offeror's subcontractor has or will have professional architects and engineers, registered in the appropriate technical disciplines. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Wednesday 7 June 2017. The responses should be forwarded to the attention of Lorraine Warehime, Contract Specialist, by email: Lorraine.Warehime@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-R-0026/listing.html)
 
Place of Performance
Address: Joint Base Lewis-McChord (JBLM), Tacoma, Washington, United States
 
Record
SN04523777-W 20170528/170526234153-ddb13e077e6463b19a5141659a56bf74 (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.