Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91236-19-B-0017
SOURCES SOUGHT NOTICE FOR Defense Logistics Agency (DLA) Truck Canopy (Construction) This announcement seeking Small Business responses in order to determine if a sufficient number of certified small ...
SOURCES SOUGHT NOTICE FOR Defense Logistics Agency (DLA) Truck Canopy (Construction) This announcement seeking Small Business responses in order to determine if a sufficient number of certified small business concerns with the required capabilities and financial resources exist to warrant issuance of a solicitation for this requirement under small business set aside procedures (FAR Part 19). Defense Logistics Agency in Richmond, VA intends to design a canopy to cover the truck delivery area on the west side of Building 98. The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking a business capable of designing a canopy to cover the truck delivery area on the west side of Building 98 between the existing canopy to the north and the boiler room to the south, a distance of approximately 250 linear feet and 18 feet wide. The canopy is to match the appearance of the existing canopy to the north but is to be built of corrugated metal with no ceiling underneath. The canopy is to be cantilevered and sloped away from the building with no ground support and attached to the building in a manner similar to the existing canopy. The existing building is a steel frame with cmu curtain wall construction built in the 1940's. The existing lights on building 98 are to be reused and lowered in a manner similar to what was done on the existing canopy with new conduit and wires and the addition of light sensors to operate them. New lighting calculations are not needed. Existing storm drainage from the roof downspouts is to be rerouted onto the canopy where rainwater will be collected at the outer edge of the canopy and new downspouts will return to the building and then reuse the existing underground connections to the storm drain system. The existing fire sprinkler system will need to be expanded to cover the area under the canopy. Due to the age of the building, State Historic Preservation Officer (SHPO) notification is required. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction (NAICS) code 236220. The small business size standard is $36.5 million. The magnitude of this requirement is estimated to be between $250,000 and $500,000.00. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified I this survey. Response Requirements: Market Survey Forms-submissions for market research consideration purposes will only be allowed VIA EMAIL to Mr. Kevin Comegys at kevin.e.comegys@usace.army.mil. Submissions will be limited to eight (8) pages and shall include a Capabilities Statement with the following: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses; 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businessess. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer then five (5) pages demonstrating experience in a similar type of work as described, at similar contract values, and in a similar locations. 5. Description of Experience - Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. Please demonstrate five continuous years of successfully accomplishing this type of work at the similar contract value, in a similar type of location. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. All submitters shall include point of contact information for work examples provided, and past performance in the projects, so that verification can take place. Submitters with unsatisfactory past performance may not be considered capable of successfully performing this type of work. This Sources Sought announcement is not a request for competitive proposals. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. DLA is not seeking or accepting unsolicited proposals, and DLA will not accept telephone inquiries. All questions and correspondence shall be directed VIA EMAIL only to Mr. Kevin Comegys at kevin.e.comegys@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Instructions to Interested Parties: Completed market survey forms shall be submitted by e-mail to kevin.e.comegys@usace.army.mil on or before 12:00 PM EST, Wednesday May 1, 2019.