Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2017 FBO #5602
SOURCES SOUGHT

Z -- Historic Masonry Services for National Park Service - National Capital Region - Sources Sought

Notice Date
3/24/2017
 
Notice Type
Sources Sought
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P17PS00881
 
Point of Contact
Shecola Waters, Phone: (202) 619-7410
 
E-Mail Address
shecola_waters@nps.gov
(shecola_waters@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Shecola Waters at shecola_waters@nps.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, Woman-Owned Small Business (WOSB), Self-Certified Small Disadvantaged Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for cleaning and restoration of historic concrete, masonry, brick and/or stone. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE (especially to indicate interest in the resulting project); however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in July 2017. In accordance with FAR 36.204(h), the estimated value of the resulting contract is expected to be more than $10M. The resulting contract type is expected to be a multiple award IDIQ Firm-Fixed Price with a base year and four one-year options. The relevant NAICS Codes are 238140, 238110, 238120, and 238190 with the size standard of $15.0 million, and relevant Standard Industrial Classification codes are 1741 and 1771. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20% of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Repair of modern concrete/stone to National Park Service units in Maryland, West Virginia, Virginia, and the District of Columbia, including creation and/or analysis of concrete mixes and stone as well as some interior mold mitigation from water damage. CAPABILITY STATEMENT The following requests are designed to apprise the National Park Service, National Capital Region, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1)Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2)Offeror's interest in bidding on the solicitation when it is issued. 3)Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. (If the offeror is a joint venture, please provide projects performed by the joint venture). 4)Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5)Offeror's Joint Venture information if applicable - existing and potential. 6)Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist NPS in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 3:00 PM Eastern Time on April 7, 2017. Submit response and information through email to: shecola_waters@nps.gov. Please include Sources Sought: Historic Masonry in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00881/listing.html)
 
Place of Performance
Address: National Park Service - National Capital Region (Washington, DC/Maryland/Virginia/West Virginia), 1100 Ohio Drive SW, Washington, District of Columbia, 20242, United States
Zip Code: 20242
 
Record
SN04447489-W 20170326/170324234958-5a44c0256c504d23c49a988daf2b6320 (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.