Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOURCES SOUGHT

Z -- Maintenance adn Repair to Builidng 20 - DSCC - drawings

Notice Date
7/13/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP470212R0011SS
 
Archive Date
8/4/2012
 
Point of Contact
Barbara Ann Bocsy, Phone: 6146923650
 
E-Mail Address
barbara.bocsy@dla.mil
(barbara.bocsy@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
drawing The Defense Logistics Agency Contracting Services Office - Columbus located at the Defense Supply Center Columbus (DSCC) in Columbus OH is issuing a Sources Sought Announcement for Project CSC-02953I, Maintenance and Repair to Building 20. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. This sources sought request may be used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. The Government will not pay for any material provided in response to this sources sought announcement nor return the data provided. The Government will only utilize the information you provide in developing its acquisition approach for future requirements. Firms responding to this sources sought announcement who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this announcement. The purpose of this source sought synopsis is to determine interest and capability of potential Small Business Administration (SBA) certified sources and to determine the interest, availability and capability of Service-Disabled Veteran Owned Small Business, HubZone and Small Business concerns relative to the North American Industry Classification Code (NAICS) 236220. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the referenced project, the Government will use responses to this sources sought synopsis. If at least two qualified Service -Disabled Veteran Owned Small Business concerns are determined by the Government to be capable of performing under this requirement based on evaluation of the capability packages the requirement will be solicited as a 100% set aside for qualified Service Disabled Veteran Owned Small Business concerns in accordance with FAR Part 19. In the event that at least two qualified Service Disabled Veteran Owned Small Business concerns cannot be determined capable of performing under this requirement it will be solicited as a 100% set aside for certified HUBZone business concerns. If at least two qualified HUBZone certified small business concerns cannot be determined capable of performing under this requirement it will be solicited as a 100% set aside for Small Business concerns. If it is determined that the requirement can not be set aside 100% for Service-Disabled Veteran Owned Small Business, HUBZone or Small Business concerns the requirement will be solicited under full and open competition procedures. Contractors are reminded that should this acquisition become a Service-Disabled Veteran Owned Small Business, HUBZone or Small Business set aside that, FAR 52.219-3 Notice of Total HUBZone Set-Aside, FAR 52.219-6 Notice of Total Small Business Set-Aside or FAR 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set-Aside will apply. If the decision is to set the requirement aside for Service-Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance with Federal Acquisition Regulation (FAR) 52.219-14 Limitation of Subcontracting which states the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. If the decision is to set the requirement aside for HUBZone Small Business, the contractor shall be required to perform in accordance with 13 Code of Federal Regulation (CFR), SUBPART 128.700. A qualified HUBZone Small Business receiving a HUBZone contract for general construction must perform at least 50% of the contract either itself or through subcontracts with other qualified HUBZone Small Business Concerns. PROJECT INFORMATION: The Request for Proposals will solicit for a single award firm fixed priced contract for work to be performed at the Defense Supply Center Columbus located in Columbus, OH. Disclosure of the Magnitude of Construction projects as required by FAR 36.204 for this project is $1,000,000.00 to $5,000,000.00. The contractor must be able to obtain construction performance and payment bonding and bid bonds for this project. SCOPE: The contractor shall furnish all plant, labor, equipment, materials, supplies, testing and supervision required in performing all operations in conjunction with this project in strict accordance with the specifications, contract drawing No. 3-1530 ( 35 sheets) which are attached to this notice. CONTRACTOR QUALIFICATIONS: This project requires the use of specialized skills and equipment. Contractors submitting offers for this project shall have not less than a minimum of THREE (3) YEARS EXPERIENCE OF CEILING TILE INSTALLATION and other elements of this work in having satisfactorily performed work of the types and magnitude required by this project. Contractors responding to any solicitation issued for this requirement shall submit with their offer a written qualification and work experience statement demonstrating the contractor is qualified and experienced to perform the repair and maintenance work of building 20. The Written Qualifications, Work Experience Statement: Shall include a summary of work experience, the number of years in business, and the capacity of the contracting firm or company to perform the work in terms of personnel, equipment; years of experience, and CERTIFICATION OF FULLY TRAINING BY THE PRODUCT MANUFACTURER TO INSTALL THE CEILING TILES. Contractor personnel will not require a secret clearance. The contract will be required by law to pay prevailing Davis Bacon Act wage rates for all construction work awarded under the contract. The Defense Supply Center Columbus is located in Franklin County, Ohio. The DLA Contracting Services Office - Columbus requests demonstration of capability by interested parties through submittal of a brief capabilities statement. Please reference solicitation SP470212R0011 in all correspondence pertaining to this project. All capability statements should: Not exceed and will be restricted to ten (10) pages. Shall be electronically submitted to the email address or fax number provided below. Shall include : Your company name, point of contact, address, point of contact, phone number, DUNS number, CAGE code, e-mail address and business size under the NAICS code of 238220 A positive statement of your intent to submit an offer for this solicitation A statement identifying your certified small business designation. Please indicate whether or not your firm anticipates proposing as a Joint Venture. Number of years of experience performing similar type and scope of work Past performance information providing evidence of experience as a prime contractor in work similar in type and scope to include contract number, length of contract, project titles, dollar amounts, points of contact and telephone numbers. Include work which you have performed in the last three (3) years. Identification of certificates and licenses that your skilled workforce possesses to perform these services. Statement of bonding capacity expressed as maximum amount per contract and aggregate amount of bonding. The DLA Contracting Services Office - Columbus intends to consider all comments and the responsive qualification packages when developing a final acquisition strategy and resulting solicitation. The synopsis, solicitation, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted at http://fbo.gov. All interested parties should check this site frequently. Please submit all capability statements by 4:00 PM EST on 20 July 2012 by email to barbara.bocsy@dla.mil or by fax to (614) 692-6256.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP470212R0011SS/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, 3990 East Broad Street, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02803215-W 20120715/120714000027-5f04bfe124dbede05a425f269cc11f59 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.