SOURCES SOUGHT
54 -- Intention for a Sole Source Award (Modular Office Complex)
- Notice Date
- 7/22/2020 8:28:29 AM
- Notice Type
- Sources Sought
- NAICS
- 33131
—
- Contracting Office
- W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
- ZIP Code
- 22060-5116
- Solicitation Number
- W91QV1-20-R-0123
- Response Due
- 7/26/2020 5:00:00 PM
- Archive Date
- 08/10/2020
- Point of Contact
- Daniel M. Quinn, Phone: 7038064441, Sharon C Lightfoot, Phone: 7038063476
- E-Mail Address
-
daniel.m.quinn.civ@mail.mil, sharon.c.lightfoot.civ@mail.mil
(daniel.m.quinn.civ@mail.mil, sharon.c.lightfoot.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for a Modular Office Complex (MOC) on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to Sustainable Modular Management, INC (CAGE code: 58PH1) for the purchase of an existing MOC as one (1) set of three (3) buildings. The statutory authority for the sole source procurement is Simplified Procedures for Certain Commercial Items, 41 USC. 1901 as implemented by FAR Subpart 13.5: Only one (1) responsible source and no other supplies or services will satisfy agency requirements.� Detailed specifications and salient characteristics are as follows: ����� Trailers are weather tight and equipped with heating and cooling to maintain the buildings at 68 degrees Fahrenheit (F) in winter and 78 degrees F in summer. �Trailers shall be fitted with lockable doors. �The trailers shall provide utility services and toilet facilities, where indicated, and contain (7) water closets and (6) lavatories for women; (4) water closets, (4) urinals and (6) bathrooms for men; (2) handicap accessible family toilets; and (1) custodial service sink at minimum. The toilet rooms shall be provided with 20 foot-candles of illuminations throughout the facility. �Additionally, these trailers shall be equipped to receive utility services required and provide 50 foot-candles of illuminations throughout. a.�� Facility Trailers.� The construction of toilet facility trailer(s) shall be as follows: 1) Dimensions: 60 feet � 0 inches x 13 feet � 9 inches each 2) Code: International Building Code / State of Virginia 3) Appearance: Overall aesthetic of Temporary Facilities shall be �elegant� and �finished� 4) Frame. a) Type: Outrigger b) Main Beam: 12 x 11, .8#/ feet rolled c) X-member: 3-inch C-Channel d) Hitch: Bolt-On e) Axles: Quad f) Tires: 8:00 x 14.5 8 Ply 5) Floor: a) BTM Board: .040 Simplex Paper b) Insulation: R-11 � No Moisture Barrier c) Joists: Steel � Spaced per Applicable Codes d) Decking: 1/1/8 inch T&G �ADVANTECH� or Plywood �SturdiFloor� (Held Back @ Seamline) e) Covering: Carpet throughout, 1/8 inch Vinyl Comp. Tile at Break Room, Sheet Vinyl in Janitor�s, Mother�s Room, and Washrooms w/Integral Cover (Held Back @ Seamline) f) Base Trim: 4-inch Vinyl Cove Base (except in areas w/Integral Cove) 6) Exterior Walls: a) Studs: 2 inch x 4 inch Stud Grade @ 16 inches o.c.Framing b) Wall HGT: 9 feet � 0 inches Finish Ceiling HGT c) Covering: 5/8 inch Type X Vinyl Covered Gypsum (Held Back @ Seamline) d) Misc.: Vinyl Battens to Match Wall Covering at Gyp. Seams e) Color: Selected from manufacturer�s standard colors f) Sheathing: 3/8 inch CDX Plywood or OSB g) Insulation: R-13 Kraft Faced h) Siding: Prefinished 29 gauge Commercial Rimmed Metal i) Trim: Prefinished 26 gauge Metal j) Windows: Maximize windows as provided as �Luxury� Option by Manufacturer k) Skirting: Vinyl 7) Interior Walls: a) Studs:� High Vinyl Covered Gypsum 5/8 inch Type X b) Misc.:�� Vinyl Battens to Match Wall Covering at Gyp. Seams c) Insulation:������ R-11 Sound Batt d) Color:�� Selected from Manufacturers Standard Colors 8) Roof: a) Rafters: Graduated Roof Slope w/Rafters @ 16 inches o.c. Transverse Ridge (50# LL) b) Rafters: IBC Approved (50# LL) c) Mate Beam: 3/4 inch CDX (5-Layer, 5-Ply) Plywood (APA 48/24) or Lam Beam, (4) Layers, 24 inch High, Max Span of (23) Ft. d) Posts:�� No Exposed Posts e) Ceiling: 2 feet x 4 feet Suspended Acoustic w/Square Edge, 2 feet x 4 feet Suspended Vinyl Covered Gypsum in Showers and Washrooms w/Square Edge f) Insulation: R-19 g) Sheathing: 1/2 inch CDX Plywood h) Sheathing: 1/4 inch Dens Deck i) Roofing: 45 Mil EPDM (Black), Heat Sealed, 5-year Material Warranty w/Walk Pads, 1/4 inch in 12 inch Pitch Roof j) Vents: Power Vent with Gable Louvers k) Gutter Downspouts: 4-inch Aluminum Gutters w/Downspouts, Pre-Cast Concrete Splash Blocks at Downspouts 9) Doors: a) Exterior Door: 36 x 80 18 gauge Painted Hollow Metal Door 14 inch by 14 inch Vision Panel with Lockset and DeadBolt b) Exterior Frame: 16 gauge Painted Hollow Metal. c) Hardware: Pull/Panic Bar at Egress, Non-removable Butt Hinges, Weatherstripping, Removable Mullion, Door Sweeps, Ride Plate, and Threshold d) Closer: HD Through-Bolt Type (HCUSH 4041) or equal e) Interior Door: 36 x 80 Prefinished Wood Solid Core f) Interior Frames: Knock-Down Prefinished 18 gauge Metal g) Hardware: Manufacturers Standard Lever, Lever, Grade 1, Butt Hinges, Flush Bolts h) Locksets: Manufacturers Standard Keyed Locksets @ Office, Janitor�s, Storage, and Mechanical i) Closers: LCN 1370 or equal. 10) Electrical: a) Loadcenter: 208/120 Volt 3-Phase 60 HZ, 4-Wire, main sized as required b) Loadcenter: Main Distribution Panel and Homeruns are to be Supplied and Installed @ Site by the Contractor c) Wiring: Per Code, #12 AWG or greater d) Mass Notification: Provide a combined fire alarm/mass notification system in compliance with 28 31 76 INTERIOR FIRE ALARM AND MASS SYSTEM. e) Exterior Lights: Vandal Proof Fluorescent at each exit f) Receptacles: As indcated g) Receptacles: GFI as indicated h) Receptacles: Heat Tape Receptacle (GFI Protected) i) Switches: 120 Volt 11) Plumbing: a) Water Closet: Vitreous China Flush Valve, Floor Mounted b) Lavatory: Vitreous China Wall Hung c) Water Heater: 400 gallons as Scheduled d) Service Sink: Terrazzo, Floor Mounted e) Supply: Type L Copper f) Drain/Waste/Vent: SCH 40 PVC, (2) Drops g) Toilet Access: Toilet Paper Holder h) Toilet Access: 18 inch wide x 36 inches high stainless steel frame mirror i) Toilet Access: Air Dryer (minimum 3 per gender in compliance with Spec Section 10 28 13, Paragraph 2.2.11) This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive 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.� The NAICS code(s) is/are:� 332311 � Prefabricated Metal Building and Component Manufacturing; Size Standard is 750 Employees. In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not. �Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� 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.� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0d2f626f3d0e402b9e395f84f749d02d/view)
- Place of Performance
- Address: Fort Myer, VA 22211, USA
- Zip Code: 22211
- Country: USA
- Zip Code: 22211
- Record
- SN05730121-F 20200724/200722230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |