Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

Y -- DLA OVERWATCH BOOTHS & DINING PATIO PAVERS, FORT BELVOIR, VA

Notice Date
1/12/2021 9:35:26 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR21B0010
 
Response Due
1/27/2021 9:00:00 AM
 
Archive Date
02/11/2021
 
Point of Contact
Qiana Bowman, Phone: 4109625613, Gary Faykes, Phone: 4109620192
 
E-Mail Address
qiana.l.bowman@usace.army.mil, gary.faykes@usace.army.mil
(qiana.l.bowman@usace.army.mil, gary.faykes@usace.army.mil)
 
Description
TITLE: DLA OVERWATCH BOOTHS & DINING PATIO PAVERS, FORT BELVOIR, VA W912DR21B0010 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 AND LARGE PRIME BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of DLA OVERWATCH BOOTHS AND DINING PATIO PAVERS, FORT BELVOIR, VA 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. 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 depend upon the capabilities of the responses to this notice. 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 U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and award construction services for the installation of two (2) new pre-fabricated overwatch booths with power and communications connections at Fort Belvoir, Virginia. The proposed project will be a competitive, firm-fixed-price (FFP), design-build (DB), Invitation for Bid (IFB) procured in accordance with FAR Part 14 Sealed Bidding. Each booth will be approximately 67 Square Feet and will be on an elevated concrete slab with access via concrete stairs.� The work also includes provision and installation of new granite and concrete patio pavers and improvements to the sub base at the cafeteria patio.� Total disturbed area for patio pavers is 9,626, Square Feet.� Patio pavers are to match the existing color, pattern and size. The work also includes replacement of existing ground flush-mount lighting and circuit with ten (10) new LED flush-mount lighting fixtures in the same locations. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with DFAR 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 � �Commercial and Institutional Building Construction�, which has a small business size standard of $39,500,000.00.� Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. 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 Prior Government contract work is not required for submitting a response to this sources sought synopsis Responders should address ALL of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 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. In consideration of NAICS code 236220, with a small business size standard in dollars of $39.5M, 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. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. Provide at least two (2) example projects similar to scope and magnitude 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. 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) January 27, 2021. All responses under this Sources Sought Notice must be emailed to, Qiana Bowman � qiana.l.bowmanr@usace.army.mil, and Gary Faykes � gary.faykes@usace.army.mil, referencing the sources sought notice number W912DR21B0010. 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: Qiana Bowman via email � qiana.l.bowman@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f07fac0331bc44329c8f4f9b341cca6d/view)
 
Place of Performance
Address: Fort Belvoir, VA, USA
Country: USA
 
Record
SN05890560-F 20210114/210112230113 (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.