Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2021 SAM #7326
SOURCES SOUGHT

Y -- SC-00008-20 Renovate Building 3-1947

Notice Date
12/20/2021 8:33:22 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM22B0013
 
Response Due
1/19/2022 11:00:00 AM
 
Point of Contact
Nicolette Campbell, Phone: 910-251-4700, Karri L. Mares, Phone: 9102514863
 
E-Mail Address
nicolette.l.campbell@usace.army.mil, karri.l.mares@usace.army.mil
(nicolette.l.campbell@usace.army.mil, karri.l.mares@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE FOR SC-00008-20 Renovate Building 3-1947 Fort Bragg, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to renovate Building 3-1947 located at Fort Bragg in North Carolina. The purpose of the renovations is to provide adequate administrative workspace for proposed Government personnel on base. Building 3-1947 is a two-story office building with a partial basement, and consists of approximately 21,401 square feet for the entire building. The building is constructed of fluted precast concrete panels and is categorized as an administration facility. Recent projects completed at Building 3-1947 include replacement of the existing low-sloped roof and replacement of exterior lights with new LED type fixtures. The existing building is currently occupied by another unit that is relocating to another location. In accordance with FAR 36.204(g) the magnitude of construction for this project will be between $5,000,000 and $10,000,000. All interested firms with 236220 �Commercial and Institutional Building Construction� as an approved NAICs code have until 19 January 2022 at 2:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. �Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. � - Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity to cover the limits of the magnitude of construction. - Evidence of capabilities to perform comparable work i.e., complex construction projects of similar size, scope and complexity on three (3) recent projects at a minimum (and no more than five (5) recent projects maximum) that are: Equal to or greater than $750,000.00 in value (not more than five (5) years old), Projects equal to or greater than 15,000 square feet. Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Design-Bid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. � - Firm's capability to perform, to include geographic span and project size. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. � The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Nicolette Campbell, Contract Specialist Karri Mares, Contracting Officer E-mail: nicolette.l.campbell@usace.army.mil ����������� karri.l.mares@usace.army.mil �� SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: SC-00008-20 Renovate Building 3-1947 - Sources Sought_COMPANY NAME_. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/029d52faa62c40968b7fe08cc7b0949c/view)
 
Place of Performance
Address: Fort Bragg, NC 28307, USA
Zip Code: 28307
Country: USA
 
Record
SN06202021-F 20211222/211220230116 (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 |
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.