Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

Y -- Pad, Parking Lot, and Pre-fabricated Structure at Beltsville Agricultural Research Center (BARC), Beltsville, Maryland

Notice Date
4/22/2021 1:24:34 PM
 
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
W912DR21B0004
 
Response Due
5/12/2021 8:00:00 AM
 
Archive Date
05/27/2021
 
Point of Contact
Leigha Arnold, Phone: 4437492022
 
E-Mail Address
Leigha.M.Arnold@usace.army.mil
(Leigha.M.Arnold@usace.army.mil)
 
Description
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 (NAB) requests capability statements from qualified industry partners. USACE NAB has been tasked to solicit and award a Design-Bid-Build (DBB) firm-fixed-price construction contract for the construction of a pad and parking lot and prefabricated structure at Beltsville Agricultural Research Center (BARC), Beltsville, Maryland. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this Notice will be solely at the responding party's expense. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.� The NAICS code for this acquisition is 236220 � Commercial and Institutional Building Construction, with a size standard of $39,500,000.� The magnitude of construction is between $500,000-$1,000,000. Small Businesses are reminded that they must perform at least 20% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurements. By way of this Market Survey/Sources Sought Notice, W912DR21B0004, USACE NAB intends to determine the extent of capable firms that are engaged in providing the services described hereunder.� Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of a RFP; nor does it commit the Government to contract for any supply or service. Further, USACE NAB will not accept unsolicited proposals. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), 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. Department of Agriculture (USDA), BARC located in Beltsville, Maryland has a need to relocate an existing Wildlife Office and requires preparation of the site and install a modular structure for use as Wildlife Office/Hunter Check-In station. The procurement of the modular facility is included in this sources sought notice. �The Contractor will develop the site with necessary utilities brought to a prepared pad, install the modular structure and construct ramp and stairs to provide access to the modular structure. The project site is at the Soil Conservation Area of East Farm of the USDA BARC adjacent to the Hall House. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought notice. Responders should address ALL of the following in their submittal.� Firm's name, address, point of contact, phone number, email 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 dollar of $39,500,000, 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, please explain). Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractors. Provide at least two (2), but no more than five (5) examples of a completed project similar to requirements described above within the past seven (7) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: �����������a. Successful experience with agricultural type renovation construction. ���������� b. Experience in the preparation of a site for installation of a modular structure. �����������c. Experience with the connection of a modular structure to prepared utilities. Comments will be shared with the Government and the project design team, but otherwise well be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A RFP. 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 source 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 no later than 12 May 2021 by 11:00AM (EST). All responses under this Sources Sought Notice must be emailed to Leigha Arnold, Contract Specialist � leigha.m.arnold@usace.army.mil referencing the source sought notice number W912DR21B0004. 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: Leigha Arnold via email - leigha.m.arnold@usace.army.mil. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 236220 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ffef876887e44db29a4762dbc91487ae/view)
 
Place of Performance
Address: Beltsville, MD, USA
Country: USA
 
Record
SN05981036-F 20210424/210422230118 (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.