SOURCES SOUGHT
Z -- Bridge Painting & Lead-Based Paint Removal,
- Notice Date
- 7/13/2012
- Notice Type
- Sources Sought
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-S-0032
- Response Due
- 7/20/2012
- Archive Date
- 9/18/2012
- Point of Contact
- Mark Cap, 410-962-3455
- E-Mail Address
-
USACE District, Baltimore
(mark.cap@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Source Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The Sources Sought Number for this announcement is W912DR-12-S-0032. The U.S. Army Corps of Engineers, Baltimore District solicits for capability statements from all qualified and interested parties from SBA certified 8(a) Firms, Certified HubZone Firms, Woman Owned Small Businesses or Service Disabled-Veteran Owned Businesses (SDVOB) concerning the potential project described below. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITIATION IS CURRENTLY AVAILABLE. The NAICS Code for the proposed acquisition is 238320, Painting and Wall Covering Contractors. The small business size standard is $14 million. The Product Service Code (PSC) is ZL2B. The order of magnitude is between $250,000 and $500,000. Project Description: The project will consist of removal of the existing steel bridge coating system which includes lead-based paints. A containment structure in accordance with SSPC Guide 6, Class 1A and any necessary work platforms shall be erected and maintained throughout the removal process. Protection and testing of the environment and employees is required to mitigate the hazards of working with lead. Disposal of lead and lead contaminated abrasives in accordance with Local, State, and Federal regulations shall be the responsibility of the Contractor. Qualification as an SSPC-QP 2 Painting Contractor is required. Also included in the contract will be the repainting of the bridge structural steel and railings. The required paint is a three coat system in accordance with the Northeast Protective Coating Committee (NEPCOAT) Qualified Product List B. Qualification as an SSPC-QP 1 Painting Contractor is required. No maintenance of traffic will be required though access across the bridge for Government personnel must be maintained throughout the duration of the project. Small businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Qualified Small Businesses submit the following information: 1. Company name, address, phone number, point of contact. 2. Indicate business size in relation to the NAICS code 238320. Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award. Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in type of work at the similar contract value in similar type of location. 4. Provide three (3) examples of projects similar to requirements described above within the past 5 years. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding your highest possible bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall be no longer than eight (8) pages in one.pdf file. 7. Email responses are required. In addition, this Sources Sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement may be sent electronically to mark.cap@usace.army.mil no later than 2:00PM EST. 20 July, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0032/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN02803488-W 20120715/120714000339-2c033c1462759729caf02114497a2de8 (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 |