Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
MODIFICATION

Y -- USSS Construction Projects at facilities in Maryland and Washington, D.C.

Notice Date
4/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR18S0010
 
Archive Date
5/18/2018
 
Point of Contact
Patricia Morrow, Phone: 4109623463, Ashley M. Williams, Phone: 4109623557
 
E-Mail Address
Patricia.L.Morrow@usace.army.mil, ashley.williams@usace.army.mil
(Patricia.L.Morrow@usace.army.mil, ashley.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: USSS Construction Projects at facilities in Maryland and Washington, D.C. W912DR18S0010 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction projects for the United States Secret Service (USSS) under a Single Award Task Order Contract (SATOC). By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will in part depend upon the capabilities of the responses to this notice. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The purpose of this potential acquisition is to establish a highly responsive repair and construction tool to support the USSS training mission. Projects will be located at the following locations: James J. Rowley Training Center (JJRTC) in Laurel, MD; at another training facility in Onley, MD and at the "Post Office Range" in Washington, DC. Establishing uniform construction standards and a mechanism to contract multiple projects in a timely fashion is critical to the capital improvement programs planned for the foreseeable future. Specific projects that are anticipated will consist of full service repair and construction of real property facilities and/or their systems and components. Please note that all individuals working at these locations and supporting the SATOC in any was must be U.S. citizens. Projects may be Design Bid Build or Design Build and will range in size from the simplified acquisition threshold to more than $5.M with a wide variance in complexity. The qualified SATOC will meet repair and construction mission requirements under North American Industry Classification System (NAICS) code meeting the minimum requirement of possessing the following codes: a) 236220 Commercial and Institutional Building Construction - Primary b) 238220 Plumbing, Heating, and Air-Conditioning Contractors c) 541330 Engineering Services The contract may consist of a base year and four (4) one year option periods. The total contract capacity will be no more than $25M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Provide at least three (3) example projects similar to scope described above. Include point of contact information for the examples provided in order for the Government to verify the past performance on indicated projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 7. Total submittal shall be no longer than ten (10) pages in one (1).pdf file double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) May 03, 2018. All responses under this Sources Sought Notice must be emailed to, Patricia Morrow, Contract Specialist - Patricia.L.Morrow@usace.army.mil referencing the sources sought notice number W912DR18S0010. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Patricia Morrow via email - Patricia.L.Morrow@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18S0010/listing.html)
 
Place of Performance
Address: Maryland and Washington, D.C., United States
 
Record
SN04893265-W 20180420/180418230706-335dea896003556105b9305f761a6db8 (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.