SOURCES SOUGHT
54 -- Guatemala Modular Buildings - Sources Sought - Sources Sought Package
- Notice Date
- 6/17/2016
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA16I0057
- Archive Date
- 7/9/2016
- Point of Contact
- Larry A. Pruitt, Phone: 7038756064
- E-Mail Address
-
PruittLA@state.gov
(PruittLA@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Drawings - Classroom #2 Drawings - Classroom #1 Drawings - Computer Lab Drawings - Dormatories Male Drawings - Bathrooms Female Drawings - Bathrooms Male ROM Chart Quatemala IDIQ SOW Modular Buildings SAQMMA16I0057 This is a sources sought notice for information only. This is not a request for proposal or quotation or an announcement of a solicitation. This sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The US Department of State's Office of International Narcotics and Law Enforcement (INL) in Guatemala, is seeking potential sources capable of supplying, installing or overseeing the installation of modular buildings by a third party under an Indefinite Delivery Indefinite Quantity (IDIQ) at locations to be determined throughout Guatemala. The expected need for this supply/service is up to $1.5 Million per year. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on FEDBIZOPPS. RESPONSES DUE For the purposes of this acquisition the applicable NAICS code is 332311, PSC Code 5410. Responses are requested no later than 24 June 2016. Direct expression of interest as well as required documentation should be submitted in writing, via email, to Larry Pruitt Jr. at pruittla@state.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. RESPONSE SUBMISSION INFORMATION All potential sources with the capability to provide the requirements referenced in this RFI are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. A rough order of magnitude (ROM) pricing needs to be completed. This is a rough order of magnitude based on the basic information being provided at this time, we will not answer technical questions or provide additional technical information at this time via this sources sought notice. Please understand that the rough order of magnitude is for the purposes of market research and your firm will in no way be committed to any estimate you provide under this notice. Responses to this RFI shall include the following: 1. A cover sheet which includes: · Company Name · Address · Point of Contact · E-mail Address · Phone Number · DUNS Number · Primary Business and Market Areas · Business Size and Socioeconomic Status (if applicable) · Current SAM.gov registration status 2. Relevant Experience (ten (10) page limit): · The potential offerors need to demonstrate that they posses, within the last five years, experience similar to that described in this specified source sought category. Offerors must verify experience commensurate with the manufacture and installation of modular buildings in environments and working conditions comparable to that of Guatemala (i.e., insurgency presence, seismic activity, lack of appropriate sanitation services, lack of electricity, etc.). · Experience described above needs to include the offeror’s role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value. · Potential offerors need to possess Guatemalan licenses to operate legally throughout the territory or explain how they will obtain necessary licenses within 60 days of award. All respondents who are currently licensed should submit copies of such licenses. · The potential offerors need to document experience in coordinating with host nation government to mitigate and solve potential issues; · Experience in importation of materials, equipment, manpower, and any other necessary resources required for the completion of projects; 3. Capabilities of Successfully Completing constructions: · Ability to provide all required design and engineering services, manpower, and materials to manufacturer and install modular buildings; · Ability to provide and deliver required materials and equipment to projects located in Guatemala; · Capabilities to import all required material and equipment through either sea or air transportation to Guatemala; · Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission. · Ability that, should sub-contractors figure into an offeror’s plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors. Period of Performance IDIQ Contract would include a one year base period and four one year options. The period of performance for actual performance depend on the terms and conditions in each task order and would be dependent on the complexity of the requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16I0057/listing.html)
- Place of Performance
- Address: Various Locations, Guatemala
- Record
- SN04153823-W 20160619/160617234420-31defab44d183fe2140d967e46fc901d (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 |