SOURCES SOUGHT
Z -- Freight Elevator Modernization - SOW
- Notice Date
- 10/24/2017
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
- ZIP Code
- 20228
- Solicitation Number
- 2031ZA18N00004
- Point of Contact
- David P. Wallace, Phone: 2028743251
- E-Mail Address
-
david.wallace@bep.gov
(david.wallace@bep.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT Type of Notice: Sources Sought Notice Number: Solicitation 2031ZA18N00004 Short description of supply or service: Freight Elevator Modernization PCS or FSC Code: Z2PZ Repair or Alteration of Other non-building facilities NAICS Code: 238290 - Other Building Equipment Contractors NAICS Size: $15,000,000.00 NAICS Description: 238290 Other Building Equipment Contractors - This industry comprises establishments primarily engaged in installing or servicing building equipment (except electrical, plumbing, heating, cooling, or ventilation equipment). The repair and maintenance of miscellaneous building equipment is included in this industry. The work performed may include new work, additions, alterations, maintenance, and repairs. Recovery and Reinvestment Act Action: NO Response Date: October 30, 2017 Primary Point of Contact: David Wallace Title of POC: Contracting Officer Description: This is a Small Business Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a guarantee to issue a solicitation in the future. The Government will not reimburse participants for any cost associated with the submission of the information being requested or reimburse expenses incurred to the interested parties for responses. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses (SDVOSB); 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses (WOSB); economically disadvantaged women-owned small businesses, (EDWOSB) or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for this potential requirement. The NAICS code for this sources sought is 238290 with a size standard of $15.0 Million. The draft SOW is uploaded in order to review the requirement details. If a vendor feels that another NAICS code is more appropriate, please discuss that in your capability response. Responses to this Notice will assist the Government in determining the appropriate acquisition method, including whether or not a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code shall not submit a response to this Notice. The Bureau of Engraving and Printing (BEP) is interested in identifying contracting entities that can provide all labor, materials, equipment, tools, supplies, supervision and general construction services needed to modernize the existing freight elevator in accordance with the drawings and specifications. The location is Bureau of Engraving and Printing, District Currency Facility (DCF), Washington, DC. No formal solicitation document exists at this time. Those interested are requested to provide a company profile of their ability to perform the requirement, including the name of the business, DUNs number, and responses to the specific questions listed below. 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 3. Are you able to provide a personnel capable of passing the mandatory background security investigations and meet the Government's need to have stability and continuity of your workforce during the duration of the contract. 4. What percentage of work, if any, would be done by subcontractors? If so, what are your quality control measures? Identify whether your firm is competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. The point of contact for this Notice is: Mr. David Wallace, david.wallace@bep.gov. Email responses to this Notice shall be sent to the attention of individual listed above. Due date for responses are no later than Monday October 30, 2017, 12:00 P.M. Eastern Standard Time. This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The BEP will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). If so, respondents are solely responsible for properly marking and identifying such information within their response. Place of Contract Performance: Bureau of Engraving and Printing, 14th and C Streets, SW, Washington, DC Currency Facility, 9000 Blue Mound Road, Fort Worth, Texas 76131 Set Aside: Total Small Business
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4fa4a95257d119461eec92103c1b9ec9)
- Place of Performance
- Address: 14th and C Streets, SW, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN04721092-W 20171026/171024230852-4fa4a95257d119461eec92103c1b9ec9 (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 |