SOURCES SOUGHT
Y -- Sources Sought: Winnie Campground Bathroom
- Notice Date
- 7/22/2015
- Notice Type
- Sources Sought
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES15SS0011
- Response Due
- 7/29/2015
- Archive Date
- 9/20/2015
- Point of Contact
- Aragon Liebzeit, 6512905418
- E-Mail Address
-
USACE District, St. Paul
(aragon.n.liebzeit@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), St. Paul, Minnesota District is seeking small business sources for a project entitled: Winnie Campground Bathroom. The building will be constructed at the USACE Winnie Campground in Deer River, MN (Itasca County). Our intent is to solicit competition in approximately early August 2015 for the award of one firm-fixed-price contract. Using USACE supplied specifications; the contractor will accomplish the following Scope of Work. All work will require the Contractor to follow the procedures in the Army Corps of Engineers Safety Manual. Summary Scope of Work The project consists of supplying and installing a new prefabricated concrete two room ADA accessible shower building with a minimum 10,000 gallon capacity septic holding tank. The work includes but is not limited to site preparation, electrical, and plumbing services to install the new building and associated equipment. All work shall conform to local, county and State codes. The North American Industry Classification System (NAICS) code for this project is 238120; Structural Steel and Precast Concrete Contractors with a size standard of $15M. The estimated magnitude of construction is between $25,000 and $100,000. This sources-sought announcement is used to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please provide all of the following: 1)A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2)A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3)A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4)A statement of your firm's bonding capacity. A statement from your surety is not required. 5)A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. 6)Cage Code and DUNS number. Submit this information to Mr. Aragon Liebzeit, Contract Specialist, 180 5th St. E, Suite 700, St. Paul, MN, 55101 or via email to Aragon.N.Liebzeit@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:30 PM (local time) on July 29, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES15SS0011/listing.html)
- Place of Performance
- Address: USACE District, St. Paul Contracting Division CEMVP-CT, 180 East Fifth Street St. Paul MN
- Zip Code: 55101-1678
- Zip Code: 55101-1678
- Record
- SN03806147-W 20150724/150722235514-284e3c5308a7a3125d761fc357d6683b (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 |