Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

Y -- Construct Fitness Center

Notice Date
3/25/2020 12:45:27 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-19-R-0023
 
Response Due
5/20/2019 9:59:59 PM
 
Archive Date
04/15/2020
 
Point of Contact
Karen (Katie) M Register, Contracting Officer, Phone: 7572017132, Katya Oxley, Contracting Officer, Phone: 757-201-7026
 
E-Mail Address
karen.m.register@usace.army.mil, ekaterina.oxley@usace.army.mil
(karen.m.register@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
THIS SOLICITATION HAS BEEN CANCELLED PLEASE SEE ATTACHMENT FOR AMENDMENT.�� PLEASE NOTE THAT DUE TO SYSTEM ERROR THERE IS NOT AN AMENDMENT 9. W91236-19-R-0023, CONSTRUCT FITNESS CENTER, DLA, RICHMOND VA THIS IS A SOURCES SOUGHT NOTICE ONLY; IT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Norfolk District, Corps of Engineers is conducting Market Research and seeking eligible small business firms capable of performing construction services for replacement of the Fitness Center at DLA, Chesterfield County Richmond, Virginia. 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. NO AWARD will be made from this sources sought notice. The current Fitness Center will relocate from Building 33 to Building 32. Work will include a gymnasium with a regulation basketball court and bleacher-style spectator seating on one side, Locker/Shower/Toilet areas, a break room, large-group exercise room, aerobics/spinning room, gymnasium equipment storage and relocated Mechanical, electrical and telecom spaces. Demolition will include removal of existing carpet, ceiling tiles, and other miscellaneous flooring as well as existing interior metal stud and GWB partitions and wall coverings to accommodate new masonry and metal stud walls in the above mentioned spaces. Work will also include new ceilings, LED lighting, a new HVAC system, and a new Fire Protection sprinkler system to include the fire alarm and mass notification system. The anticipated period of performance is 270 calendar days. The project is located near areas available for work during regular working hours (7:00am to 4:30pm). No holiday work is anticipated. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government's best interest. All Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses are encouraged to respond. Large Business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 - Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with FAR 36.204, the magnitude of construction for this project is between $5,000,000 and $10,000,000. This office anticipates award of a contract for these services by October 2019. 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 f. Brief explanation of how the contract referenced relates to the construction services required under this proposed acquisition. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought. 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 karen.m.register@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 karen.m.register@usace.army.mil with copy furnished to ekaterina.oxley@usace.army.mil no later than 1:00 p.m. (EDT), 20 May 2019. Limit capability briefing package to 10 pages. Email is the preferred method when submitting responses to this notice. 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. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1849383327964f798b6c32b49d73e8ef/view)
 
Place of Performance
Address: DLA, Chesterfield County, Richmond, VA, USA
Country: USA
 
Record
SN05600509-F 20200327/200325230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.