Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2021 SAM #7280
SOURCES SOUGHT

Z -- Renovate Welcome Center, Richmond VA

Notice Date
11/4/2021 8:33:32 AM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123622B2009
 
Response Due
11/16/2021 7:00:00 AM
 
Archive Date
12/01/2021
 
Point of Contact
Kate Vance, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
katelyn.vance@usace.army.mil, dianne.k.grimes@usace.army.mil
(katelyn.vance@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Description
SOURCES SOUGHT Renovate Welcome Center (Building 210), DSCR Richmond This is a sources sought notice only; it is not a request for competitive proposals.� There are no solicitations, 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 Sources Sought to make appropriate acquisition decisions for the project.� NO AWARD will be made from this Sources Sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 236210. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Renovate Welcome Center project at Defense Supply Center, Richmond (DSCR), Chesterfield County Richmond, Virginia. Project will renovate the Pass Office within Building 210. Work includes kiosk services, a multipurpose group check-in and media room, enlarged lobby, repaired vestibule, workspaces, an enlarged private workstation area, break room, latrines, a private office and a Provost marshal/military police office. Work also includes conversion of a portion of the mailroom into pass office area with a one story, fire-separated extension into the existing mailroom. Replace existing casework and workstations in the Pass Office. Replace lighting with LED fixtures, to include occupancy/vacancy sensors. The fire protection and alarm systems shall be replaced and reconfigured to accommodate the new layout. Telecommunications systems will be repaired and reconfigured to meet the new layout and meet base standards. The anticipated Period of Performance is 365 calendar days. The Contracting Officer has classified this requirement as Industrial Building Construction, North American Industry Classification System (NAICS) code 236210. The small business size standard is $39.5 million.� In accordance with FARS 32.204(F), the magnitude of construction for this project is between $1M and $5M. Contractors will be required to submit bonding documents prior to award.� Bonding documents are not required for this Sources Sought. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey. Response Requirements: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3.� Offeror�s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business.� Narratives shall be no longer than five (5) pages and shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. Description of Experience � Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed The order of magnitude for this effort is estimated between $1M and $5M. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought.� The project is located near areas available for work during regular working hours (7:00am to 4:30pm). No holiday work is anticipated.� This Sources Sought Announcement is not a request for competitive proposals. 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, and will not accept telephone inquiries.� All questions and correspondence shall be directed via email at Katelyn Vance at Katelyn.vance@uscae.army.mil and a copy to Dianne Grimes at dianne.k.grimes@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3dc751f7c1144811ac527a7f9e4cf670/view)
 
Record
SN06171509-F 20211106/211104230118 (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.