SOURCES SOUGHT
Z -- Defense Logistics Agency (DLA) � DDJF Jacksonville, B163 and B164 Roof Truss Repairs
- Notice Date
- 4/21/2022 9:23:59 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP22Z0080
- Response Due
- 5/6/2022 11:00:00 AM
- Point of Contact
- Halis L. Batista, William Wallace
- E-Mail Address
-
Halis.L.Batista@usace.army.mil, William.J.Wallace@usace.army.mil
(Halis.L.Batista@usace.army.mil, William.J.Wallace@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Jacksonville District is issuing this source sought synopsis as a means of conducting market research firms interested in and capable of the supporting a requirement for Defense Logistics Agency (DLA) � DDJF Jacksonville, B163 and B164. The result of this market research will contribute to identifying interested firms for this procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220, Commercial and Institutional Building Construction. This is not a solicitation. 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 interested firms for this requirement. The scope of work includes repairing heavy timber framed roof trusses in two 1940�s-era warehouses which sustained termite damage. Work include repairs to the timber bowstring trusses, the tie rod systems at the bottom chords of the bowstring trusses, replacement of columns, and associated shoring. The work includes replacement/retrofit of damaged truss components (top chords, bottom chords, vertical and diagonal web members, and column kickers), remediation of delaminated top chords, replacement of timber spaced columns, installation of end plates to the tie rod repair system, replacement of damaged tie rods, and tensioning of tie rods. Work also includes in-kind replacement of monitor framing, wall and roof sheathing, and roof membrane repair where necessary to facilitate other work. Temporary relocation and support of the utilities supported by the roof framing system may also be necessary to facilitate the repairs. Unique project features include split-ring timber connectors. Work spans across several trusses in multiple buildings. Estimated to be over 50 trusses in need of repair. Special inspections must be performed by a third-party. Estimated Magnitude of Construction Projects is between $10,000,000.00 and 25,000,000.00 with an estimated period of Performance of 540 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 5 years. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least three examples. Ensure your firm submits a substantiated statement that demonstrates its ability to execute the work and any experience it has working with Government projects. 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: Firms who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 6 May 2022 at 2:00PM EST. All responses under this Sources Sought Notice must be emailed to Contract Specialist Ms. Halis Batista at Halis.L.Batista@usace.army.mil and Contracting Officer Mr. William Wallace at William.J.Wallace@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 Ms. Halis Batista at Halis.L.Batista@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/21088b241974485f84605b6b38fd2f75/view)
- Place of Performance
- Address: Jacksonville, FL 32212, USA
- Zip Code: 32212
- Country: USA
- Zip Code: 32212
- Record
- SN06304763-F 20220423/220421230117 (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 |