SOURCES SOUGHT
Z -- US Virgin Island National Guard (VING) STX/STT Roof Repair & Replacement (Design Bid Build).
- Notice Date
- 4/20/2018
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP18Z00010
- Archive Date
- 5/19/2018
- Point of Contact
- Elton D. Thompson, Phone: 9042323648, Remi Eggers, Phone: 9042321139
- E-Mail Address
-
Elton.D.Thompson@usace.army.mil, Remi.J.Eggers@usace.army.mil
(Elton.D.Thompson@usace.army.mil, Remi.J.Eggers@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for US Virgin Island National Guard (VING) STX/STT Roof Repair & Replacement (Design Bid Build). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238160 Roofing Contractors. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Contractor Community for both Small Businesses and Other Than Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This requirement for US Virgin Island National Guard (VING) STX/STT Roof Repair & Replacement (Design Bid Build).The Virgin Island Army National Guard (VING) facilities are located on the islands of St. Croix and St. Thomas. This project will include all construction required to deliver complete and usable renovated areas for eight (8) facilities. The areas of the buildings range from 2,232 SF to 52,491 SF. The work entails demolition and replacement of the existing standing seam roofing system, flashing, roof vents, gutters, downspouts, overhead doors, hangar door, man-doors, windows, interior and exterior renovations, HVAC systems, and electrical systems. Estimated Magnitude of Construction Projects is between $5,000,000 and $10,000,000 with an estimated period of Performance of 365 calendar days. Firm's response to this Synopsis shall be limited to (10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, website, and email address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 7 years. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. Ensure your firm submits a substantiated statement that demonstrates its ability to execute the work and any experience it has working in the United States Virgin Island. 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 7. Indicate if by combining these locations and project work, does this impact you firm's ability to compete for these projects. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4 May 2018 at 1600 Hrs EST. All responses under this Sources Sought Notice must be emailed to Contract Specialist Mr. Remi J. Eggers at Remi.J.Eggers@usace.army.mil and Contract Specialist Mr. Elton D. Thompson at Elton.D.Thompson@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Contract Specialist Mr. Remi J. Eggers at Remi.J.Eggers@usace.army.mil and Contract Specialist Mr. Elton D. Thompson at Elton.D.Thompson@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18Z00010/listing.html)
- Place of Performance
- Address: US Virgin Islands, U.S. Virgin Islands, United States
- Record
- SN04896865-W 20180422/180420230835-d36eb54ded3566b4559c40575febccff (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 |