Renovate BN HQ BLDG 41011
Sources Sought Notice Synopsis: Renovate BN HQ BLDG 41011 THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC) Fort Cavazos, Texas is issuing this sources soug... Sources Sought Notice Synopsis: Renovate BN HQ BLDG 41011 THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC) Fort Cavazos, Texas is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support the requirement for Renovate BN HQ BLDG 41011 on Fort Cavazos on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Veteran-Owned, Economically Disadvantaged Women-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. The purpose of this sources sought is to gain knowledge of the potential interested small business sources for this project, the Government is considering a set aside for Socio-economic status. This notice is for planning purposes only. All interested parties should respond. The anticipated NAICS code(s) is NAICS Code 236220 – Commercial and Institutional Building Construction and standard business size is $45.0 million. Description of project is as follows: The purpose of this project is to renovate BN HQ BLDG 41011. The scope shall include but not limited to structural, mechanical, plumbing, electrical, telecommunication, framing, and demolition. All work shall comply with all State, Local and Federal laws and regulations, industry and construction codes and standards, manufacturer’s specifications and recommendations, and all contract special provisions, terms, and conditions. The Contractor shall be responsible for obtaining all required licenses and permits to perform construction work on a Federal installation, be properly bonded and insured in accordance with FAR requirements. This is only the market research phase of this requirement. By no means does this sources sought mean that the Government will enter into an agreement with your agency. The Government is trying to determine if there is adequate competition in order to compete this requirement. If you are a small business and you are interested in competing in this requirement, please reply to this sources sought and respond to the following questions by Friday April 5, 2024, at 10:00 A.M CST. Please submit via e-mail to Donnie L Griffin at donnie.l.griffin2.civ@army.mil, (254) 287-1581 or Darnyell Parker at darnyell.c.parker.civ@army.mil. REF NO: 3262024 SUBMISSION DETAILS/INFORMATION SOUGHT BY THE GOVERNMENT: Responses must include the following: 1. Company Information a. Company Name b. Address c. Points of Contact d. Telephone Numbers e. E-mail address f. Cage Code and DUNS Number 2. Socio-economic status for the listed NAICS code please select all that applies: ____ Large Business ____ Small Business ____ Small Disadvantage Business (SDB) ____ HubZone Small Business ____ 8(a) Program Participant ____ Woman-Owned Small Business (WOSB) ____ Service-Disabled Veteran-Owned Small Business (SDVOSB) ____ Veteran Owned Small Business (VOSB) ____ Economically Disadvantaged Women-Owned Small Business (EDWOSB) 3. What is your bonding capability and limits? 4. Would you consider work on Fort Cavazos which includes the Department of Labor Construction Wage Rate requirement and the Determination Act policies and guidelines? 5. Are you familiar with Gannt Charts or similar Project Scheduling programs and their purpose? 6. Please attach 3 references for similar work that your company has performed. 7. Provide your capability statement. 8. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 9. Is your company name and address registered in System for Award Management (SAM)? 10. How long have you been doing business in Repair or Alteration of Buildings? 11. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. The firm must be registered in System for Award Management (SAM) http://www.sam.gov/portal/public/SAM/, with the socio-economic status NAICS codes specified in the information Contractor provides in response to this Sources Sought. This notice is issued solely for information and planning purposes - it does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal (RFP) or a promise to issue an IFB, RFQ or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future IFB, RFQ or RFP if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (SAM.gov https://sam.gov/). It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.
Data sourced from SAM.gov.
View Official Posting »