DLA Overwatch Booths & Dining Patio Pavers, Ft Belvoir, VA
Title: DLA Overwatch Booths & Dining Patio Pavers, Fort Belvoir, VA W912DR19B0007 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICAT... Title: DLA Overwatch Booths & Dining Patio Pavers, Fort Belvoir, VA W912DR19B0007 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of OVERWATCH BOOTHS AND DINING PATIO PAVERS, FORT BELVOIR, VA. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will in part depend upon the capabilities of the responses to this notice. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The Government intends to solicit an Invitation for Bid (IFB) for the installation of two (2) new pre-fabricated overwatch booths with power and communications connections at Fort Belvoir. Each booth will be approximately 67 Square Feet and will be on an elevated concrete slab with access via concrete stairs. The work also includes provision and installation of new granite and concrete patio pavers and improvements to the sub base at the cafeteria patio. Total disturbed area for patio pavers will be about 9,626SF. Patio pavers are to match the existing color, pattern and size. The work also includes replacement of existing ground flush-mount lighting and circuit with ten (10) new LED flush-mount lighting fixtures in the same locations. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000. The Magnitude of Construction is between $1,000.000 and $5,000,000. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. If your company is large, indicate that the company is capable of adhering to a Small Business Subcontracting Plan wherein at least 50% of the subcontracting dollars can be performed by a small business. 7. Provide at least three (3) examples of projects similar in size and scope and completed within the past five (5) years. Include point of contact information for the examples provided in order for the Government to verify the past performance on indicated projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 8. Total submittal shall be no longer than ten (10) pages in one (1).pdf file double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) April 2, 2019. All responses under this Sources Sought Notice must be emailed to, Qiana Bowman-Spencer, Contract Specialist - qiana.bowman-spencer@usace.army.mil referencing the sources sought notice number W912DR19B0007. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Qiana Bowman-Spencer via email - qiana.bowman-spencer@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »