Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

99 -- Buildings 1388 & 445 Renovations

Notice Date
2/25/2022 10:48:31 AM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339422Q0022
 
Response Due
3/2/2022 3:00:00 PM
 
Archive Date
03/03/2022
 
Point of Contact
Rachel Lamb, Rondel Williams
 
E-Mail Address
rachel.l.lamb7.civ@us.navy.mil, rondel.g.williams2@navy.mil
(rachel.l.lamb7.civ@us.navy.mil, rondel.g.williams2@navy.mil)
 
Description
This is a Sources Sought Notice for market research purposes only.� The Naval Surface Warfare Center, Port Hueneme Division issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement.� This Sources Sought Notice is focused on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the requirement listed below. The result of this market research will contribute to determining the method of procurement.� The applicable North American Industry Classification System code assigned to this procurement is 238990 � All Other Specialty Trade Contractors and the annual size standard is $16.5M. Per FAR 36.204, Disclosure of the Magnitude of Construction Projects, the estimated cost is between $100,000 and $250,000. The work includes but is not limited to updating the common areas of building 1388 and the vestibule at building 445. The project is to remove and dispose of existing carpet, blue laminate flooring, thresholds, cove base, and transition strips, throughout the entire corridor and the lobby areas in Building 1388 first and second floor; in the first floor Command Conference Room (CCR) #1116; and at Building 445 in the vestibule area and under the awning at the main entrance carpet throughout the entire first and Second floor lobby and corridor of Building 1388 with Vinyl Flooring (VF), Replace carpet in the CCR with wood laminate flooring; and replace all baseboards/cove base adjacent to all areas where carpet has been replaced with cove base. Remove and replace non-skid safety tape on the stairwell leading from the lobby of 1388. Patch and paint all walls in the first and Second floor lobby, corridor, and stairwell and in the CCR of Building 1388. Replace the existing carpet in building 445 vestibule area and under the awning at the main entrance. This Sources Sought Notice is issued for informational and planning purposes only and does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). This Sources Sought Notice shall not to be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this Sources Sought Notice will become the property of the United States Government. Responses to this Sources Sought Notice may be used to determine small business set-aside opportunities, FAR 52.219-14, Limitation on Subcontracting, applies. Interested parties shall address the following in their response to this Sources Sought Notice: 1. COMPANY INFORMATION (a) Company name, Address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code. (b) Company designated representative name(s) and point(s) of contact, including phone number and email address. (c) Company size and socioeconomic status under the applicable NAICS as reflected in SAM.gov. Interested vendors shall identify their company as one or more of the following: Small business Small disadvantaged business (SBD) 8(a) participant HUBZone small business Veteran-owned small business (VOSB) Service-disabled veteran-owned small business (SDVOSB) Women-owned small business (WOSB) Economically disadvantaged women-owned small business (EDWOSB)� Large Business 2. CAPABILITY STATEMENT Interested parties shall submit a Capability Statement that sufficiently addresses the following items to demonstrate the contractor's capability to perform the requirements: (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking involving the renovation and repair of carpet, flooring, baseboards, and painting on a military installation; (b) The contractor's technical ability, or potential approach to achieving technical ability; (c) The contractor's capacity, or potential approach to achieving capacity, to perform the requirements. � 3. FEEDBACK AND QUESTIONS REGARDING THE FEASIBILITY OR CHALLENGES TO PERFORM THE WORK DESCRIBED ABOVE NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in this Sources Sought Notice. Responses are to be received no later than 3:00 PM Pacific Standard Time on 02 March 2022. Please email responses or questions regarding this requirement to the Contract Specialist, Rachel Lamb (Rachel.l.lamb7.civ@us.navy.mil) with copy to the Contracting Officer, Rondel Williams (rondel.g.williams.civ@us.navy.mil). Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. The Government WILL NOT PAY for any information received in response to the Sources Sought nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d128df0ce38348aeb803405364835a2a/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN06251766-F 20220227/220225230115 (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.