SOURCES SOUGHT
Z -- VariousRoof Replacement
- Notice Date
- 6/22/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524, United States
- ZIP Code
- 31524
- Solicitation Number
- HSFLGL-15-B-00006
- Archive Date
- 7/16/2015
- Point of Contact
- Crystal D. Life, Phone: 9122614032, Jacquelyn Reed-Bush, Phone: 912-261-3631
- E-Mail Address
-
crystal.d.life@fletc.dhs.gov, Jacquelyn.Reed-Bush@fletc.dhs.gov
(crystal.d.life@fletc.dhs.gov, Jacquelyn.Reed-Bush@fletc.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to identify qualified construction firms capable of providing all labor, material, equipment, transportation, supervision and quality control required to remove and replace multiple roof system on Buildings 86, 210 and 2200 at the Federal Law Enforcement Training Center, (FLETC), Glynco, Glynn County, Georgia. THIS IS NOT A SOLICITATION. THIS IS NOT AN ANNOUNCEMENT FOR PROPOSALS OR BID AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUCEMENT. The proposed construction project consists of roofing renovations to three structures: Building 210, comprising approximately 90,000 square feet; Building 86, comprising approximately 10,000 square feet; and Building 2200, comprising approximately 17,000 square feet. The scope of work required for each building will be demolition of existing roofing surfaces, repair or replacement of rigid insulation and cover board, and installation of new modified bitumen roofing surface; and rebuilding or replacing various associated facilities such as roof drains, vents, scuppers, gutters, flashings, copings, and equipment curbs and flashings The facilities are occupied and utilized daily, and shall remain operational during construction. Construction must be staged so as to ensure water tightness at the conclusion of each work day. Barricades must be erected and maintained as required to prevent traffic from entering construction zones. The estimated construction period is 270 calendar days. The NAICS code for this project is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 Million. The estimated price range for this project is between $1M and $5M. FLETC intends to ultimately award a Firm Fixed Price (FFP) construction contract in September 2015. Interested sources are invited to respond to this sources sought announcement. Respondents shall provide up to three (3) projects that best demonstrate the company's experience similar to this requirement. Projects should be representative of NAICS 236220 and be similar in size, scope, and complexity to this requirement and demonstrate recent prime contractor organizational specialized experience, and expertise in the construction of facilities requirements as outlined above. Respondents should provide a statement of the company's capability relative to the requirement. Respondents shall provide bonding capacity for both a single contract and aggregate capacity. Sources Sought Responses: 1. Name and Address of Company. 2. Point of contact with telephone number and email address. 3. Business Size and socio-economic program, HUBZone, 8(a), SDVOSB, etc. 4. Bonding Capacity per individual contract and overall bonding capacity. Provide letter from the Surety on letterhead. 5. Evidence of registration in CCR, provide CAGE code and Duns Number. 6. List 3 construction contracts awarded to your company that were completed in the last 5 years for similar types of projects for which your company was the prime contractor. (If you do not have such experience, list experience you believe is directly relevant and explain in no more than one paragraph per project why it should be considered). 7. Projects provided should be a minimum of $3 Million. (If they are not, identify the dollar value and explain in no more than one paragraph whey it should be considered). 8. Projects provided shall list the date completed and the name and address of the point of contact. 9. If your company was not the prime contractor for the projects provided, state your company role and percentage of the work your company completed on the project. 10. State if you are affiliated with any other Small Businesses, Joint Ventures or have a formal partnership agreement. Provide the name(s) of these companies. Negative response is required if this does not exist. 11. Provide information as stated below: Provide information on your company's 1) Experience 2) Past Performance, and 3) Financial Strength to handle this contract. We are seeking responses from only those firms who would be the prime construction firm. We are NOT seeking feedback from subcontractors. 1. Provide information concerning your experience on at least 3 completed or substantially completed projects within the last 5 five years, relevant projects of similar size, scope, and complexity, including a description of the project, construction cost and completion date. 2. Provide information concerning your past performance on the relevant projects that are submitted, and provide information demonstrating satisfactory performance, and contact information for references. 3. Provide your bonding capacity for both a single contract and aggregate capacity. This letter should clearly identify the business size: large business or small (if small indicate which if any of the following Federal Government sub-categories apply to your company: 8(a) certified Small Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, Woman Owned Small Business). Respondents will not be notified of the results of the evaluation. DHS will use the information provided for technical and acquisition planning. If adequate numbers of responses are received from technically qualified 8(a), HUBZone, or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on a set-aside basis. Analysis of the quantity and quality of responses to this sources sought synopsis will be heavily weighted in the market research being conducted and in the making of any small business set-aside determination for this requirement. All proprietary information not to be disseminated in Government documents must be clearly defined. Please respond to this announcement by 2:00 p.m. Eastern Time on 07/01/15, no more than 3 typewritten pages. The Surety letter and CCR registration is not considered part of the not to exceed 3 typewritten pages. The information may be submitted preferably via email to the Contracting Officer at crystal.d.life@fletc.dhs.gov or faxed to Crystal D. Life at 912-261-4032. The subject line of the Email shall state Various Roofs, Buildings 86/210/2200, Glynco, GA. Responses received after the deadline or without required information shall be considered unacceptable and will not be considered. This is a Sources Sought Announcement, no evaluation letters and/or results will be issued to the participants. When available, the resultant pre-solicitation notice and solicitation will be posted at this website, www.fbo.gov. This synopsis is for information and planning purposes and is not to be construed as commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to the Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), HUBZone Small, Service Disabled Veteran-Owned Small Business, or any other set-aside arrangement as deemed appropriate for this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLGL-15-B-00006/listing.html)
- Place of Performance
- Address: 1131 Chapel Crossing Road, Glynco, Georgia, 31524-2002, United States
- Zip Code: 31524-2002
- Zip Code: 31524-2002
- Record
- SN03772274-W 20150624/150622235555-c90c7d16f4ed4e1ea6f375eb4b5f0c1f (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 |