SOURCES SOUGHT
Z -- Shelter Maintenance and Repair
- Notice Date
- 9/27/2017
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NWWG130017SMR
- Archive Date
- 11/2/2017
- Point of Contact
- Sue Bratton, Phone: 303-497-6155
- E-Mail Address
-
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Request for Information (RFI) is issued solely for information and market research planning purposes; it does not constitute a solicitation or a promise to issue a solicitation. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - ONLY IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. NOAA is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. Any information that the vendor considers proprietary should be clearly marked as such. REQUIREMENT The National Weather Service (NWS) maintains and operates 121 Next-Generation Radar (NEXRAD) Weather Surveillance Radar 88 Doppler (WSR-88D) within the continental U. S. The Department of Defense (DOD) maintains and operates a total of 25 NEXRAD WSR-88D weather radars, 4 of which are outside the continental United States. Each radar site consists of a radar tower/antenna structure and 3 pre-cast concrete equipment shelters which house electronic equipment necessary to support the radar's operation. These shelters are referred to as the; Radar Data Acquisition (RDA) Shelter, Generator (GEN) Shelter, and the Transition Power Management Shelter (TPMS). These shelters have been in service for 15-20 years. The construction of the three (3) types of shelters are similar in that they are all constructed of concrete panels with exposed aggregate exterior walls and a concrete roof with a rubber protective coating (Conklin Roofing System) on the roof exterior. All shelters have painted metal doors/frames, ventilation hoods, diesel fuel fill tubes, etc. The RDA and GEN Shelters have caulked joints between concrete panels, whereas the TPMS Shelter does not use caulking in these joints. The Government is seeking sources capable of fulfilling the following need. The scope of work for each site consists of: • Replacing the Conklin roofing system, • Cleaning and sealing exterior aggregate walls, • Painting all exterior metal surfaces and textured trim, and • Removing and replacing all caulk in RDA and Generator Shelters, and • Replacing all metal doors and doorframes with new. The contractor will provide all materials and labor required to accomplish refurbishment of shelters. The Government is seeking sources capable of providing these services for the different geographical regions, including: NWS Eastern Region, NWS Southern Region, NWS Central Region, NWS Western Region, DOD Continental U.S. (CONUS), and DOD Outside Continental U. S. (OCONUS). PURPOSE a. To determine industry capabilities to fulfil the aforementioned requirement. b. To determine size standard of vendors capable of fulfilling the aforementioned requirement. c. To identify any special requirements associated with this industry. RESPONSE FORMAT In order to better assist in the review of submittals to this RFI, respondents are encouraged to prepare a capabilities statement that closely adheres to the following format: The document format shall be either Microsoft Word (.doc or.docx), or Adobe Acrobat (.pdf) formats. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5" by 11" paper and shall not exceed five (5) pages in length, including images, data displays, charts, graphs, and tables. Respondents are encouraged to ensure that their submittals are complete and address all items outlined within this RFI. Respondents may provide additional promotional literature in addition to their response as long as the literature conforms to the response format. Submissions in response to this RFI shall not exceed five (5) pages. RESPONSE DEADLINE AND REQUESTED INFORMATION Responses to this notice should be submitted in the form of Microsoft Word and/or PDF (searchable format) documents attached to emails received no later than 5:00pm MT, Wednesday, October 18, 2017 to: • Contract Specialist: Sue Bratton at Sue.Bratton@noaa.gov and • Contracting Officer: Bianca Blau at Bianca.H.Blau@noaa.gov Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement. The statement of capability shall also include the information listed below: 1. Company Name/Division, mailing address, e-mail address, telephone, FAX numbers, and website address (if available). 2. Single point-of-contact name, title, telephone, and email address. 3. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure(Corporation, LLC, partnership, joint venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to be considered potential sources (https://www.sam.gov/portal/public/SAM/). 4. Applicable NAICS code under which the company customarily does business. 5. Business size for NAICS Code and socio-economic status, if qualified as one or more of the following: a. 8(a) firm (must be certified by SBA) b. Small Disadvantaged Business (must be certified by SBA) c. Woman-Owned Small Business d. HUBZone firm (must be certified by SBA) e. Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information pages) 6. A description of the firm's ability to perform the work and any other information you believe to be important and relevant to the purposes of this RFI. The responses received will assist NOAA with identifying the number and nature of the entities that consider themselves feasible technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred by it in responding to this request, or in support of activities associated with this RFI, shall be the sole responsibility of respondent. NOAA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. Responses to this RFI will not be returned. INDUSTRY DISCUSSIONS Some respondents may be asked to provide additional information regarding the matters addressed in this RFI. Such requests will be provided approximately 4 weeks following the deadline to respond to this RFI. Those respondents will be contacted directly if there is a need for further information. QUESTIONS Respondents may submit questions regarding this RFI to the contact(s) listed below. Responses to questions may be posted on FEDBIZOPPS. Please send any questions you may have to the Contract Specialist, Sue Bratton at Sue.Bratton@noaa.gov and Contracting Officer, Bianca Blau at Bianca.H.Blau@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWG130017SMR/listing.html)
- Place of Performance
- Address: Various Locations throughout the USA, Norman, Oklahoma, 73071, United States
- Zip Code: 73071
- Zip Code: 73071
- Record
- SN04696285-W 20170929/170927231709-f9f0f39514200114796627b5369940e0 (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 |