Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2021 SAM #7209
SOURCES SOUGHT

Z -- Waterfield Bldg Ceiling Modernization

Notice Date
8/25/2021 4:53:56 AM
 
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
W9123622B5001
 
Response Due
9/7/2021 12:00:00 PM
 
Archive Date
09/22/2021
 
Point of Contact
Dena Drye, Stormie S. B. Wicks, Phone: 7572017215
 
E-Mail Address
dena.drye@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil
(dena.drye@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil)
 
Description
W9123622B5001: �Waterfield Building Ceiling Modernization 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 are 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 238220. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for repairs to upgrade the Waterfield Building�s existing controls to a new Building Management System (BMS) capable of interfacing with existing and new equipment (building�s HVAC), replace existing Variable Air Volume (VAV) boxes with new complete with Direct Digital Control (DDC) and communication to BMS, and inspect/replace ductwork and insulation as required. Definitive Responsibility Criteria: The project will be solicited with Definitive Responsibility Criteria (DRC).� These criteria are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor�s ability to perform the contract.� In order to be found responsible, the bidder must demonstrate a successful completion of the specified project experience as described below for the bidder and subcontractors. Bidders may use three (3) or more projects to demonstrate past experience in the specified criterion. The written narrative for DRAFT DRC listed below must demonstrate a bidder�s successful completion of the specified project experience as described below for the bidder and subcontractors. Bidders must submit three (3) to demonstrate past experience in the specified criterion. The DRAFT Definitive Responsibility Criterion is provided as follows: Multi-story office building renovation project, involving Heating Ventilation and Air Conditioning (HVAC) and supporting Electrical.� The value of the HVAC portion of the renovation project must have equal to or greater than $1.5 million dollars. The period of performance for the contract must have equal to or greater than 365 days. The work must have been completed in the five years prior to the date of the solicitation.� The bidder shall provide the following: a) Project number and name of agency or owner for each project provided as experience within the past five (5) of the date of this solicitation; b) Period of performance of the project; c) Brief description of the work performed and completed by the bidder for each criterion; If a subcontractor will be used to complete a work component of a bidder�s project experience, the bidder shall provide the following: a) Name of the subcontractor; b) Project number and name of agency or owner for each project provided as experience in the past five (5) years; c) Period of performance of the project; d) Brief description of the work performed and completed; e) Subcontractor experience will show successful completion for the time specified in the criterion. f) An unequivocal Letter of commitment from the subcontractor (signed by the prime and the subcontractor) to perform the work related to listed experience.� The letter shall state that in the event that the bidder is awarded the contract, the subcontractor provides an unequivocal commitment to perform the work. The Government encourages your comments and feedback on these DRC. ��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 small businesses respond to this source sought notice with a capability statement not to exceed ten�(10) double-spaced 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 238220 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 bidding on 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 238220 � Plumbing, Heating, and Air-Conditioning Contractors with a Size Standard of $16,500,000 is applicable to this acquisition.� � In accordance with FAR 36.204, the estimated magnitude for construction for this project is between $1,000,000 and $5,000,000. 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 10 calendar days. The anticipated completion date is anticipated to be 365 calendar day of Notice to Proceed (NTP). The official synopsis citing the solicitation number will be issued on SAM (https://sam.gov/) inviting firms to register electronically to receive a copy of the solicitation when it is issued. Respondents shall submit capability statements electronically via email to the Contract Specialist, Dena Drye at Dena.S.Drye@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 Daylight Time (EDT) on 7 September 2021.� Limit capability briefing package to ten�(10) pages. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. 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 Dena Drye at Dena S. Drye@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/94b73ef58a1f40dc88e24921d5673268/view)
 
Place of Performance
Address: Norfolk, VA 23510, USA
Zip Code: 23510
Country: USA
 
Record
SN06111472-F 20210827/210825230135 (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.