Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2021 SAM #7059
SOLICITATION NOTICE

56 -- 56--MFB-ROOF REPLACEMENT (NWHC)

Notice Date
3/26/2021 1:13:33 PM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0221Q0059
 
Response Due
4/1/2021 3:00:00 PM
 
Archive Date
07/31/2021
 
Point of Contact
Jones, Sean, Phone: 303-236-9314
 
E-Mail Address
smjones@usgs.gov
(smjones@usgs.gov)
 
Description
MFB-ROOF REPLACEMENT (NWHC) SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 238160 with a Small Business Size Standard $16.5M for an upcoming requirement to remove and replace all the roofs associated with the Main Building (Milton Friend Building), roof estimated area is approximately 33,028 square foot in Madison, WI. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The United States Geological Survey (USGS), National Wildlife Health Center (NWHC), Madison, WI 53711 has a requirement to remove and replace all the roofs associated with the Main Building (MFB). The contractor shall be required to remove and replace all the roofs associated with the Main Building (MFB), roof estimated area is approximately 33,028 square foot. The brick section needs partial/full demolition and rebuild to prevent leaking and roof hatch may need replaced. The incinerator stack should have rust removed and repainted with high temperature paint from roof up 6 feet. Contractor shall be required to provide a roofing system diagram that clearly details all products used in the roofing system including product thickness and how the materials are fastened or adhered. A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 238160 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $16.5M. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the On-line Representations and Certifications also located at the SAM.gov website before an award to your company can be made. Your on-line registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT April1, 2021 at 3:00pm MST via e-mail to: smjones@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/baedb3a93d9240d3866f13544056d601/view)
 
Record
SN05954748-F 20210328/210326230111 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.