Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2021 SAM #7068
SOURCES SOUGHT

J -- Survey Vessel (S/V) Ewell Piping Repairs for the U.S. Army Corps of Engineers (USACE) Civil Works Program at Fort Norfolk, Virginia

Notice Date
4/6/2021 6:09:48 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123621T5031
 
Response Due
4/20/2021 12:00:00 PM
 
Archive Date
05/05/2021
 
Point of Contact
Raven D. Sasser, Phone: 7572017136, Stormie S. B. Wicks, Phone: 7572017215
 
E-Mail Address
raven.d.sasser@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil
(raven.d.sasser@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil)
 
Description
W9123621T5031: Survey Vessel (S/V) Ewell Piping Repairs for the U.S. Army Corps of Engineers (USACE) Civil Works Program at Fort Norfolk, Virginia. 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 source sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Source Sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 336611. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for repairs to the District�s S/V Ewell�s heating, ventilation, and air conditioning (HVAC) saltwater piping system.� Project requires removal of old deteriorated existing piping from inside of the hull, relocation of one of the piping forward about 12-24 inches, and replacement of piping hardware. Need a hole sealed with aluminum plate when the piping is removed from hull.� Also require the creation of an access panel in an interior bulkhead required in a specific location within the vessel.� ���� Survey of the Construction Industry: It is anticipated that the Government will issue a firm fixed price contract.� We are requesting that all interested and qualified businesses respond to this Source�s Sought Notice with a capability statement not to exceed five (5) double-sided pages. At a minimum, the statement shall include: Firm�s name, address, point of contact, phone number, and e-mail address. Firm�s CAGE Code and DUNS number. NAICS Code: Statement of NAICS 336611 as appropriate, or a proposed NAICS that your firm feels may be more applicable. Please identify NAICS and outline why it should be used. Firm�s status as either a small or large business.� If firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service- Disabled Veteran Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB). Firm�s interest in submitting a proposal in response to the solicitation when it is issued. Firm�s capability to perform a contract of this magnitude and complexity (include offeror�s in-house capability to execute construction, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); provide at least 3 examples of 100% fabrication complete projects and provide a client POC for each.� Firm�s experience working with any similar projects involving marine aluminum hulled vessels. A statement of the portion, by percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the number of subcontractors by discipline. Firm�s Joint Venture information if applicable � existing and potential. Offeror�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Firm�s Point of Contact, to include daytime phone number, e-mail address, role in company. Please only include a narrative of the requested information. Additional information will not be reviewed. Statement of Government Requirements: The Government will utilize this information in determining an acquisition strategy. Please state all the socio-economic categories in which your company belongs (i.e., 8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned, Etc.). The North American Industry Classification System (NAICS) Code 336611 � Ship Building and Repairing with a Small Business Size Standard of 1,250 employees.� � The project is located on federal property at the Norfolk District Headquarters and areas are available for work during regular working hours (7:00am to 4:30pm) Monday through Friday. No weekend or holiday work is anticipated.� The contractor is expected to begin performance within 10 calendar days. The anticipated Period of Performance is 14 calendar days. The official combined solicitation-synopsis citing the solicitation number will be issued on Beta.SAM (https://beta.sam.gov/) on or about the month of May 2021. Respondents shall submit capability statements electronically via email to the Contract Specialist, Raven D. Sasser at Raven.D.Sasser@usace.army.mil and copy the Contracting Officer, Stormie B. Wicks at Stormie.B.Wicks@usace.army.mil. The Capability Statement must be submitted no later than 3:00pm Eastern Standard Time (EST) on 13 April 2021.� 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. As Per FAR 9.104-1, to be determined responsible, a prospective contractor must- ����� (a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a)); (b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) Have a satisfactory performance record (see 9.104-3 (b) and subpart� 42.15). A prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2; (d) Have a satisfactory record of integrity and business ethics (for example, see subpart� 42.15); (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a).); (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at 9.108). All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website. All questions and correspondence shall be directed via email to Raven D. Sasser at Raven.D.Sasser@usace.army.mil and copy Stormie B. Wicks at Stromie.B.Wicks@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c4b50fed22e940b281ee616ff4fadd2c/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN05964141-F 20210408/210406230117 (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.