SOURCES SOUGHT
Z -- Seguin Remediation
- Notice Date
- 1/12/2022 11:41:27 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- FEMA WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- DR4586TX(Remediation)
- Response Due
- 1/21/2022 2:00:00 PM
- Archive Date
- 02/28/2022
- Point of Contact
- Wendell Crittenden, Phone: 202-878-2763, Patricia Gilmore, Phone: 202-322-2014
- E-Mail Address
-
wendell.crittenden@fema.dhs.gov, patricia.gilmore@fema.dhs.gov
(wendell.crittenden@fema.dhs.gov, patricia.gilmore@fema.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Information: Seguin Design/Repair Project This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it isnot to be construed as a committment by the U.S. Government (USG) to enter into a contract, nor will the USG pay for the information submitted in response to this request.� All information contained in this RFI is preliminary and is subject to change if and when a solicitation is issued.� Responses to this notice are not offers and cannot be accepted by the USG to form a binding contract.� If a competitive solicitation is released, it will be synopsized on the SAM.gov website.� It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI, or future solicitations.� �� FEMA is formulating the acquisition strategy for the design and repair of damages to Seguin Auxillary Airfield,� Auxillary Airport Road, and Texas State Highway as affected by Hurrican Harvey (2018) and Texas winter storms (2021).� FEMA intends to advertise the requirement using North American Indsustry Classification 237310 (Highway, Street, and Bridge Construction), with a $39.5M small business size standard effective August 2019.� Please note that for small business set-aside awards, a small business is expected to comply with FAR guidance at 52.219-14, Limitations on Subcontracting.� All prospective offerors must be registered n Sam.Gov prior to award of a contract. FEMA'S intent is to set aside this requirement for businesses located in the geographical area of Seguin TX IAW FAR subpart 26.2--Disaster of Emergency Assistance Activities.� This subpart provides a preference for local organizations, firms, and individuals when contracting for major disaster or emergency assistance activities.� If this requirement is set aside for small businesses within the affected Individual Assistance counties for FEMA-4586-DR (see attachment for map/applicable counties ).� Per FAR 52.226-3 your business must represent that it has its main operating office located and liscensed to operate in the desginated area, and the office generated at least half of the gross revenues and employed at least half of your permanent employees.� If not, factors to be considered in determining whether an offer resides or primarily does business within the set aside area include: Physical location(s) of the business's permanent office(s) and date any office in the set-asid area(s) was established Current state licenses �Record of past work in the set-aside area(s) (e.g., how much and for how long) Contractual history of businesses' gross revenues attributable to work performed in the set-asid area Number of permanent employees the business employs in the set-aside area Membership in local and state organizations in the set-aside area Other evidence that establishes the offeror resides or primarily does business in the set-aside area.� For example, sole proprietorships may submit utility bills and bank statements.� �BACKGROUND��� �� The Federal Emergency Management Agency (FEMA) is seeking to remediate damages done at the Incident Support Base in Seguin, TX, during support of 2018 Hurricane Harvey (DR 4332) and 2021 Texas Winter Storms (DR 4586).� Damage was done at Seguin Auxiliary Airfield (USAF), Auxiliary Airport Road (Guadalupe County) and Texas State Highway 90. Seguin Auxiliary Airfield is a pre-identified location for FEMA Region 6 to stage disaster support needs for the State of Texas.�� FEMA is allowed access to portions of the airfield that are no longer in use and maintain a specific distance from the main runway.� After Hurricane Harvey, repairs were necessary to repair the road inside of Gate 1 and the intersection of Hwy 90 & Auxiliary Airport Road due to damages caused by 18-wheeler tractor trailers.�� The airfield also added Gate 3 and Gate 4 with a paved road, that gave direct access into the authorized areas.� Gates 3 and 4 are the entrance and exits now utilized by FEMA.� During the Texas Winter Storms of 2021 trucks caused damage to portions of the tarmac, ramps, runways and aprons of the Auxiliary Airfield.� They also caused damage to Auxiliary Airport Road immediately outside of Gate�s 3 and 4, as well as the intersection of Auxiliary Airport Road and Highway 90.� Damage was caused by the weight of the 18-wheelers and their tires �pushing� the asphalt as they made turns. SUBMISSION OF CAPABILITY PACKAGES INSTRUCTIONS: Interested vendors shall submit a brief capabilitie's statement package via email to the Points of Contact listed below.� There is no page limitation on your submission.� Respondents shall also provide a cover page with their Company's Name, DUNS Number, CAGE Code, Company web address, Company Address, Point of Contact, Telephone Number, email Address, the Size of your Organization, and if applicable the small business socioeconomic category.�� This documentation shoud address at a minimum, the following to demonstrate the vendor's capability to perform the requirements in the attached Statment of Objectives (SOO).� Vendors are requested to respond to one, some or all components. (1).� The vendor's technical capability to deliver the construction services in the SOO. (2).� Past Performance with similar requirements along with the contract type/pricing methodology. (3). The vendor's capacity in the geographic location. (4).� The vendor's ability to manage and execute, as the prime contractor the types and magnitude of construction services� � � � � � �required and to acquire and provide Bid Guarantee and Payment and Performance Bonds for magnitude of construction projects estimated between $1M - $5M. Please provide additional information you deem relevant to respond to the specifics of the RFI.� The USG is not requesting any proprietary information to be submitted, nor shall it be liable for any consequential damage for proprietay information included.� Any information submnitted to RFI (e.g. capability statement) is subject to disclosure under the Freedom of Information Act, 5 USC 552(a).� All submissions submitted will not be returned. Responses to this RFI will be accepted until 5:00 PM EST on� Friday, 21 Jan 2022.� � � �� Please submit responses to: wendell.crittenden@fema.dhs.gov or patricia.gilmore@fema.dhs.gov SITE VISIT INFORMATION: A site visit for this requirement is being conducted on 26 Jan 2021 at all three areas identified for repairs in this RFI.� See attachment with instructions on how to participate/attend the site visit.� All associated costs to attend the site visit will be at the vendor's expense.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/92672e20dd234bc8a9529094c8a9920e/view)
- Place of Performance
- Address: Seguin, TX 78155, USA
- Zip Code: 78155
- Country: USA
- Zip Code: 78155
- Record
- SN06216304-F 20220114/220112230107 (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 |