Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2021 SAM #7307
SOURCES SOUGHT

Y -- DNIA Refurbishment

Notice Date
12/1/2021 8:57:06 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM22R0012
 
Response Due
12/16/2021 9:00:00 AM
 
Archive Date
03/01/2022
 
Point of Contact
Joonpil Hwang, Scott M. David
 
E-Mail Address
hwangj2@state.gov, ScottDM@state.gov
(hwangj2@state.gov, ScottDM@state.gov)
 
Description
This is a sources sought/Request for Information notice for information only. This sources sought is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.� �INL, in cooperation with the Government of Ecuador, implement the new offices for the DAI by remodeling the third floor of the Administration Building (3F-AB) and the Data Center at the fourth floor of the Direction�s Building (4F-DB) of the Nacional Anti-Narcoticts Direction (Direcci�n Nacional de Investigaci�n Antinarc�ticos - DNIA), according to the architectural design that has been performed by the Police Architect advisor and the INL Construction Engineer Specialist (INL-CES).� The project shall be completed in accordance with the plans and specifications detailed in the SOW.The Contractor shall provide all the materials, labor, equipment and transportation required to complete the project according to all the drawings and specification mentioned in this statement of work ORDER OF MAGNITUDE: $250,000.00 - $500,000.00 IAW FAR 36.204(d) Anticipated Period of Performance: The Period of Performance for this requirement is 120 calendar days from the issuance of the Notice to Proceed.� The Bidder is required to provide a Proposed Construction Schedule that adheres to the estimated timeline.� Deviations due to weather or site conditions from the Bidder�s Proposed Construction Schedule will be reviewed and considered by the CO on a case by case basis. Place of Performance: The DAI Unit is located in the DNIA Facilities, in the corner of Andr�s Guillen Street and Republica Dominicana Street, Carcelen neighborhood, Quito, Ecuador. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on SAM.gov. RESPONSES DUE For the purposes of this acquisition, the applicable NAICS code is 236220. Responses are requested no later than 16 December 2021 at 12:00 PM EST. Direct expression of interest as well as required documentation should be submitted in writing, via email, to IP ScottDM@state.gov and Joonpil Hwang at hwangj2@state.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. RESPONSE SUBMISSION INFORMATION All potential sources with the capability to provide the requirements referenced in this sources sought are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. We will not answer technical questions or provide additional technical information at this time via this sources sought notice. Please understand that the rough order of magnitude is for the purposes of market research and your firm will in no way be committed to any estimate you provide under this notice. Responses to this RFI shall include the following: 1. A cover sheet which includes: Company Name Address Point of Contact E-mail Address Phone Number DUNS Number Primary Business and Market Areas Business Size and Socioeconomic Status (if applicable) 2. Relevant Construction Project Experience (two (2) page limit): The potential offerors need to demonstrate that they posses, within the last five years, construction experience similar to that described in this specified source sought category in Ecuador. Offerors must verify experience commensurate with construction of office building. Experience described above needs to include the offeror's role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value. Potential offerors shall possess Ecuadorian permits and licenses to operate legally throughout the territory. Copies of the licenses must be submitted in response to the sources sought and are excluded from the two (2) page limit. The potential offerors shall�document experience in coordinating with host nation government(s) to mitigate and solve potential issues; 3. Capabilities of Successfully Completing constructions: Ability to provide all required design and engineering services, manpower, and materials to construct new buildings or to renovate existing ones; Ability to provide and deliver required materials and equipment to projects located in Ecuador; Capabilities to import all required material and equipment through either sea or air transportation to Ecuador; Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission. Ability that, should sub-contractors figure into an offeror's plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cbe83d70cf224c8ba40f2184d46d1fd2/view)
 
Place of Performance
Address: ECU
Country: ECU
 
Record
SN06189134-F 20211203/211201230119 (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.