Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
SOURCES SOUGHT

X -- Lease of Modular Units

Notice Date
7/23/2018
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-18-S-70SS
 
Archive Date
8/25/2018
 
Point of Contact
Jay B. Denker, Phone: 8163893934
 
E-Mail Address
Jay.B.Denker@USACE.Army.mil
(Jay.B.Denker@USACE.Army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought for the Lease of Modular Units for the Integrated Project Management Office (IPO) for the construction of the National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) program. The following is a Sources Sought Notice. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes and for determining the acquisition approach. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. The purpose of this notice is to gain knowledge of industry standards, interest and capabilities of the Small Business Community. This effort is classified through the North American Industry Classification System (NAICS) under 531120 Lessors of Nonresidential Buildings. ($27.5M Small Business size standard) It is anticipated that a solicitation announcement for a total small business set-aside will be published on the Federal Business Opportunities website early Fiscal year 2019. The estimated lease duration is 5 years. The US Army Corps of Engineers, Kansas City District (USACE) is seeking contractors to provide temporary modular facilities for the Integrated Program Office (IPO). The IPO will be the onsite construction office, housing the team responsible for oversight of the project. The project is the replacement facility for the National Geospatial-Intelligence Agency's (NGA) 2nd Street, St. Louis facility, a key part of the N2W program. N2W Requirement: The N2W IPO will accommodate up to 110 personnel during the peak of construction. The USACE and NGA offices and functions will consist of, but are not limited to, private offices, work stations, conference rooms, storage areas, a business center, a digital plan room, break rooms, restrooms, showers, a mother's room, and IT closets. The IPO will be located on a one acre site that will require the selected contractor to provide, manage and maintain all temporary utilities to the facility, perimeter fencing and site lighting throughout the life of the project. This IPO may also include an observation tower area outside of the fence with a clear line of site to major elements for the duration of construction. The Kansas City District is soliciting feedback from the Small Business Community as part of our market research efforts associated with this acquisition. The following information is requested in this Sources Sought (SS) announcement with a limit of fifteen (15) pages for your response: Please respond to the appropriate section below. Our intent is for all interested firms to submit a response to this sources sought. The initial intent is for this to be a turnkey facility, with the selected contractor providing site plan, floor plan, furniture layout (provided and installed by others), site prep, concrete walkways, delivery and set-up, removal of facilities at the end of the lease. The contractor would also be responsible for utilities, security fence, operation and maintenance of the facility and the site. 1. Firm's name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code. 2. Experience: Evidence of capabilities to perform work comparable to that required for this project. Provide 3-5 recent, relevant, comparable projects completed in the last 6 years. Submittal must include the project name; contract number; dollar value of the project; description of the key/salient features of the project. Include a detailed explanation of the scope of work your firm performed. Identify the contracting office and the customer/user (include Point Of Contact information). 3. Based on the information above, please explain your standard processes, including lease terms, delivery time from award/order, what part of the scope would be done in house and what would be subcontracted. 4. Explain how you would provide the O&M for the leased facilities, what is the standard turn around on a maintenance call? Would these services be subcontracted? 5. Explain your standard process regarding design, manufacturing, standard options other unique elements for consideration. 6. Please provide facility pricing schedules and lease / buy options. Please send your Sources Sought responses via email to jay.b.denker@usace.army.mil. Submissions must be received by 10:00 a.m. Central Daylight Time, August 10, 2018. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-18-S-70SS/listing.html)
 
Place of Performance
Address: Cass and Jefferson St., St. Louis, Missouri, United States
 
Record
SN05002681-W 20180725/180723230905-29b19e9f5ca5e624ab43d02dae9137fa (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.