SOURCES SOUGHT
Z -- PERIMETER SECURITY FENCE PROJECT-WP
- Notice Date
- 11/9/2012
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Treasury, United States Mint (USM), Manufacturing Procurement Branch, 801 Ninth Street, NW, Washington, District of Columbia, 20220, United States
- ZIP Code
- 20220
- Solicitation Number
- USM-11092012-WP
- Archive Date
- 12/3/2012
- Point of Contact
- Jina M Jackson, Phone: 2023540123
- E-Mail Address
-
jina.jackson@usmint.treas.gov
(jina.jackson@usmint.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of an award. The United States Mint is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. The following shall be included in the capabilities statement: (1) Relevant Experience, no more than two (2) projects, to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, square footage, No more than two relevant projects shall be submitted; (2) Company profile to include number of employees, office location(s), DUNS number and CAGE Code, and; (3) Statement regarding Bonding Capabilities. This work will be conducted in phases. Phases include the sally port and courtyard, the perimeter fence, and the electronic security system (ESS). Plans and designs will be provided by the Mint and the project will be conducted as per plans provided. A Lenel VAR will be required by the Contractor to integrate new ESS into the existing ESS system. The Contractor will be responsible to remove and dispose all de-constructed and excess material. The entire project will be "Turn Key" and clean upon completion. Sally Port and Courtyard - De-construct old fence and construct new wrought iron fence. New fence will include an exterior gate with controller, interior crash gate with controller, turnstiles, handicapped exit and a concrete walkway. Gate controllers and turnstiles will be integrated into existing control systems. De-construction will include the removal of existing fence. Remove old footings and grade where required. Ensure concrete, asphalt, and land is restored where footings are removed and no new construction is placed. An integrity plan will be provided by interested businesses to describe how the Contractor will secure the sally port to ensure there will be no holes in the system at any point during this project. This area must remain open to truck traffic for shipments during this project. Perimeter Fence - De-construct old fence and construct new chain link fence. De-construction will include the removal of existing fence. Remove old footings and grade where required. Ensure area and land is restored where footings are removed and no new construction is placed. All poles will have footholds below ground, secured with concrete, as per designs. The chain link mesh will be 1" mesh, 9 gauge material, vinyl coated, 12'. The exterior fence will be buried 1' in the ground (if digging is not feasible, it will be secured to the rock below or existing concrete.) Barbed wire will be placed atop the fence. A clear zone of stone will be created to control vegetation growth. An integrity plan will be provided by interested businesses to describe how the Contractor will secure the fence to ensure there will be no holes in the system at any point during this project. ESS - Incorporated into the fence system will be infrastructure to support electronic security devices, as well as devices. A duct bank will be trenched between the inner and outer fences. Conduit, with hand holds and branches, to supply power and communications of electronic security devices will be provided. Power and communications will be supplied and connected. Devices such as cameras, buried line sensors, fence protection systems, with conduit runs, and lighting will be incorporated into the existing electronic security system. KG&D Architects have been contracted to perform the A&E for this project. KG&D will provide designs and specifications; which will state that all materials meet the Chain Link Manufacturers Institute Product Manual (CLFMI), and the American Society of Testing Materials Volume 01.06 (ASTM) and ASTM F 1553. The United States Mint intends to a release a Draft RFP within the next 120 days. This RFI does not constitute a solicitation and should not be construed as a commitment of any kind by the United States Mint to issue a solicitation or ultimately award a contract. No entitlement to payment of direct or indirect costs or charges by the United States Mint will arise as a result of Contractor submission of responses to this notice or the United States Mint use of such information. The United States Mint reserves the right to reject, in whole or in part, any Contractor's input resulting from this notice. No contract will be awarded from this announcement. Data submitted in response to this notice will not be returned. To be responsive to this announcement a Contractor must supply their information as requested by 2:00 PM (EST) Friday, 30 November 2012 as a Microsoft Word document. The package shall be sent by e-mail to the following address: Jina.Jackson@usmint.treas.gov Contracting Office Address: United States Mint, ATTN: J.Jackson, 801 9th Street NW, Washington, DC 20220 All potential offerors desiring to be placed on the contact list for this procurement and/or attending Pre-solicitation Conference Site Visit, are directed to submit such a request to Jina.Jackson@usmint.treas.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/USM/CirPr/USM-11092012-WP/listing.html)
- Place of Performance
- Address: United States Mint-West Point, West Point, New York, 10996, United States
- Zip Code: 10996
- Zip Code: 10996
- Record
- SN02928672-W 20121111/121109233946-4a74adbdda8ef744e516c59275a30f24 (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 |