Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140P3023R0004
MONOCACY NATIONAL BATTLEFIELD REMOVE EXTERIOR PAINT WORTHINGTON HOUSE; PAINT INTERIOR THOMAS HOUSE THIS IS A Sources Sought Notice ONLY. The Government desires to procure construction services with th...
MONOCACY NATIONAL BATTLEFIELD REMOVE EXTERIOR PAINT WORTHINGTON HOUSE; PAINT INTERIOR THOMAS HOUSE THIS IS A Sources Sought Notice ONLY. The Government desires to procure construction services with the capability of providing, a non-personal services contract to remove exterior paint from the Worthington House and to paint the interior of the Thomas House on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the Government may not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories, to identify their capabilities in meeting the requirement at a fair market price. A presolicitation site visit is scheduled for 1300 on 12/20/2022 at the Thomas House located at 4632 Araby Church Road, Frederick, Maryland 21704. RSVP to brian_dankmeyer@nps.gov by 12/16/2022 by 1200 ES. When RSVPing, please identify a maximum of two firm representatives that will be in attendance. It is strongly recommended that interested contractors attend the presolicitation site visit as no additional site visit is anticipated. If a contractor becomes disoriented with regard to the location of the site visit dial 202-573-5697 for assistance. This notice is issued solely for information and planning purposes, it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the Government to contract for any supply or service. Further, the 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 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 RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: Code 238320, "Painting and Wall Covering Contractors, which includes Specialty trade contractors included in this group if they are engaged in activities primarily related to Painting and wall covering construction services. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $16.5 Million average annual receipts. Attached is a draft Statement of Work (SOW). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), capabilities statement, bonding capability, and the corresponding NAICS code. 2. 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. 3. 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. Please at least include responses to the following questions: Is your firm EPA Lead-Safe Certified? Does your firm have the infrastructure required to complete this type of work? What Department of Labor Wage Determination labor categories does your company use to perform this type of service? 4. Identify how the Government can best structure any potential contract(s) requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the Contracting Officer, Brian Dankmeyer at brian_dankmeyer@nps.gov, if y5u believe that this action is unreasonably restricting competition. Include the subject of the acquisition and this announcement in all communications. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified construction services. 8. The Government anticipates issuing the solicitation for this requirement in January 2023.