Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

Y -- Sources Sought Notice for Sacramento, CA

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort McCoy, 1108 South R Street, Fort McCoy, Wisconsin, 54656-5142, United States
 
ZIP Code
54656-5142
 
Solicitation Number
W911SA-17-B-0015
 
Archive Date
1/12/2017
 
Point of Contact
Jamie Gregar, Phone: 6083881007
 
E-Mail Address
jamie.j.gregar.civ@mail.mil
(jamie.j.gregar.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a request for information notice only. This is not a request for proposals and no contract shall be awarded based on this notice. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any company's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals. The Mission and Installation Contracting Command, Fort McCoy, Wisconsin is conducting market research in order to determine the availability and capability of companies to construct a military equipment parking lot at the BT Collins Army Reserve Center located in Sacramento, CA 95828. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work. The (n) MEP parking lot shall have a finished dimension of 165' ft. x 265' ft. which includes a perimeter chain link fence, a 25' ft. solar powered automatic chain link cantilever gate system, an equipment pad to house the solar powered gate motor system, a standard solar powered 42" wide pedestrian gate to match fence, and six (6) off-grid 25' solar parking lights and two (2) on-grid 25' center parking lights. This area totals 1.00378 acres and does not require any SWPPP protocol. Project Magnitude for this requirement is $250,000.00 and $500,000.00. The type of solicitation issued will depend upon the responses to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Mission and Installation Contracting Command's determination on how to complete the proposed requirement will be based on responses to this notice and is the sole discretion of the Contracting Officer. The U.S. Government desires to procure all projects on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. Any work to be performed will be done as firm fixed price within the North American Industry Classification System (NAICS) Code 236220, commercial and Institutional Building Construction with a small business size standard of $36,500.00.00. Responses to this announcement must be received no later than 11:30am CST on December 28, 2016. Responses shall be e-mailed to Jamie Gregar at jamie.j.gregar.civ@mail.mil Responses shall include the following: 1) Reference Sources Sought Number 2) Company Name and Point of contact information to include name, e-mail, address, telephone, and fax numbers 3) DUNS number 4) Size of the business (small or large) and the socioeconomic status of the company (i.e. HUBZone, 8(a), etc.) 5) A written narrative of the contractor's capability to provide the requirements listed above to include examples of similar work performed in the past.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/711b3f6ba2a81516852169ad991acc89)
 
Place of Performance
Address: Sacramento, California, 95828, United States
Zip Code: 95828
 
Record
SN04359542-W 20161224/161222235357-711b3f6ba2a81516852169ad991acc89 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.