Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOURCES SOUGHT

Y -- PADs Weather Coverings at Hawthorne Army Depot

Notice Date
5/31/2023 12:39:51 PM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-R-HWAD
 
Response Due
6/9/2023 1:00:00 PM
 
Archive Date
06/24/2023
 
Point of Contact
Kaitlin E Morris, Jennifer Lenehan
 
E-Mail Address
kaitlin.e.morris.civ@army.mil, jennifer.l.lenehan.civ@army.mil
(kaitlin.e.morris.civ@army.mil, jennifer.l.lenehan.civ@army.mil)
 
Description
Projected The North America Industry Classification (NAICS): 236210 Project Product Service Code: Y1PZ Estimated Range: $1-5 Million The U.S. Army, Army Contracting Command - Rock Island (ACC-RI), on behalf of the U.S. Army Joint Munitions Command, is conducting a market survey to identify potential sources. This is a Sources Sought notice for market research purposes to determine the availability and interest of qualified sources capable of providing the construction of Weather Coverings for PADs located on the Hawthorne Army Depot (HWAD) in Hawthorne, Nevada. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market research request is purely voluntary; the Government assumes no financial responsibility for any costs incurred. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses are not offers and cannot be accepted by the USG to form a binding contract. The information provided in this Sources Sought is subject to change and is not binding on the USG. Responses may be used to determine the appropriate acquisition strategy for a potential future acquisition. Please clearly identify any information your company considers proprietary. �No classified, confidential, or sensitive information shall be included in a response to this Sources Sought. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Project Details: The Government would award this effort on a Firm Fixed Price Contract vehicle. If applicable, all design services furnished shall be performed under the direct supervision of a State of Nevada licensed Professional Engineer or Architect. The contractor, through its designer, is responsible for the accuracy, adequacy, timeliness and professionalism of the design solutions, and the design documents. The contractor shall ensure design solutions meet the requirements of the contract documents. Requirements include efficient project management including accurate, on-time submittals of contract deliverables and timely identification and solution of impediments to successful project execution. Technical requirements include early involvement of stakeholders in the process to allow for the development of the most cost-effective and technically sound solution. HWAD will rely on the Contractor�s expertise in recognizing and addressing problematic issues and successful execution of this SOW. The Contractor shall perform all work in accordance with Federal, State, and Local Statutes and Regulations. The purpose of this project is to construct a metal structure at three locations at HWAD, to provide shelter from the elements for the workforce and/or equipment. The contractor is to design and install a metal structure, which must meet UFC 3-301-01, local and national building codes. The structure is to be approx. 50� wide and 200� long with bays 25� wide and approx. 21�-1� in the front and 17�-8� in the back. The front of the structure shall be covered above 10� from the concrete slab. The sides are to be left open. The covering on the front shall be translucent panels, with the roof and siding to be 26 gage metal panels. The structure is to be bolted to the existing 15� thick concrete slab with stainless steel studs epoxied into the concrete. The structures need to include lighting to support night operations at the Pads. This includes the installation of; 11 ea., adjustable projection direction, LED lights. The lights are to be installed on the top, back wall, inside the Weather Cover, on 10-foot centers, from end to end. The lights shall be positioned to project towards the loading/unloading side of the Weather Covers. The controls for the lights shall include 4 on/off switches, each switch controlling a 50-foot section of lights (200-feet/4=50-feet), with a photocell controlling each section. Product cut sheets shall be provided to the USG for materials to be used. Contractors are requested to provide the following within their Capability Statement: a. Name of company and CAGE code. b. Point of Contacts name, telephone number and E-mail address. c. Company address. d. Company�s business size information. e. Identification of whether you are interested in this opportunity as a prime or a subcontractor. f. A summary of the company's capabilities (to include descriptions of equipment, skills and personnel) experience, and expertise, including knowledge of constructing similar structures. g. Details and project examples regarding experience of similar size and scope. h. Identification of potential sources for major subcontractors if the source intends to utilize a subcontractor(s). i. Identification of additional equipment needed, if any, lead time to obtain and install such equipment. j. Please include any assumptions made or any additional information you feel might be useful to the U.S. Government if it is determined to proceed with a formal RFP. This notice is for information and planning purposes only and does not constitute an RFP. This sources sought is not to be construed as a commitment by the U.S. Government. The U.S. Government will NOT pay for any information provided by industry under this market survey. The Capability Statement shall be submitted via e-mail to Jenny Lenehan at jennifer.l.lenehan.civ@army.mil and Katie Morris at kaitlin.e.morris.civ@army.mil no later than 3:00PM CST on 9 June 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57d266e0d71b40818c601cb26eb17f13/view)
 
Place of Performance
Address: Hawthorne, NV 89415, USA
Zip Code: 89415
Country: USA
 
Record
SN06700238-F 20230602/230531230116 (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.