Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOURCES SOUGHT

Y -- Replace Roof WH44

Notice Date
9/10/2019
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-19-S-1561
 
Archive Date
10/9/2019
 
Point of Contact
Raven D. Sasser, Phone: 7572017136, Dianne K. Grimes, Phone: 757-201-7839
 
E-Mail Address
raven.d.sasser@usace.army.mil, Dianne.K.Grimes@usace.army.mil
(raven.d.sasser@usace.army.mil, Dianne.K.Grimes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91236-20-S-1561, Replace Warehouse 44 Roof, DLA, Richmond VA This is a Sources Sought notice only; it is not a request for competitive proposals. There is no solicitation, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. ALL INTERESTED SMALL BUSINESS FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT SMALL BUSINESS DESIGNATION UNDER THE NAICS CODE 236220. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Replace Warehouse 44 Roof Repair at DLA, Chesterfield County Richmond, Virginia. Project will replace the existing Warehouse 44 roof as well as two passageways that lead from Building 9 and Building 12 to Warehouse 44. Work includes removal of the existing roof material and replacement with new material, painting of all access ladders and pipe railings, and replacement of gutters and down leaders. Repairs include replacement of damaged wood substrate and insulation as needed. Existing roof mounted equipment and appurtenances will be removed and replaced to facilitate roof replacement as well as replacement of deteriorated wood fascia and trim boards. The anticipated period of performance is 180 calendar days. It is anticipated that the Government will issue a firm fixed price contract. We are requesting that all interested and qualified small businesses respond to this sources sought notice with a capability statement, which shall include at a minimum: (1) Identification and verification of the company's small business status, (2) Cage Code and DUNS number, if applicable, 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience - Provide descriptions of your firm's past experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought. The project is located near areas available for work during regular working hours (7:00am to 4:30pm). No holiday work is anticipated. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at raven.d.sasser@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. All responses to this announcement may be sent electronically to raven.d.sasser@usace.army.mil with copy furnished to dianne.k.grimes@usace.army.mil no later than 1:00p.m. (EST), 24 Sep 2019. Limit capability briefing package to 10 pages. Email is the preferred method when receiving responses to this synopsis. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-19-S-1561/listing.html)
 
Place of Performance
Address: DLA, Chesterfield County, Richmond, Virginia, 23113, United States
Zip Code: 23113
 
Record
SN05438709-W 20190912/190910231231-3c00b8cc5f405824b8310b6e02b2d5c9 (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  © 1994-2020, Loren Data Corp.