SOURCES SOUGHT
93 -- W. Kerr Scott � Stoplogs and Stoplog Slots
- Notice Date
- 8/11/2022 8:03:05 AM
- Notice Type
- Sources Sought
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM22Q0039
- Response Due
- 8/18/2022 7:00:00 AM
- Archive Date
- 09/30/2022
- Point of Contact
- Alicia Evans, Phone: 9102514785, Troy Small, Phone: 9105244650
- E-Mail Address
-
alicia.evans@usace.army.mil, troy.d.small@usace.army.mil
(alicia.evans@usace.army.mil, troy.d.small@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 design, fabricate, and deliver composite stoplogs and stoplog slots.� All work will be performed in accordance with the contract drawings and specifications.� Work also involves preparing final �As-Built� documents. � Work includes, but is not limited to, calculations, design documentation report, plans, and specifications, to ensure the functionality, quality, and safety for the project.� Design must be signed and sealed by a Registered Professional Engineer, or other Registered Professional, that has a minimum of five (5) years of registered experience for the discipline of work required.� Design must be in accordance with applicable design standards as listed in the General Requirements section of the Statement of Work (SOW). Work also includes fabrication and delivery of the stoplogs and stoplog slots. Delivery shall be made to W. Kerr Scott Maintenance Yard located in Wilkes County North Carolina. All interested firms with 326199 as an approved NAICs code have until 18 August 2022, 10AM, EDT to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - Firm's capability to perform the work, include project name, location, owner's contact information, date supplied, and a brief description of the FRP structure highlighting similarities to the structures. - Documented experience in the manufacture of similar products and systems using a vacuum infusion process or similar projects for at least five years. -Engineer of Record with a minimum of five years' experience in the design and detailing of five similar FRP products and systems fabricated using a vacuum infusion process and copy of current license. - Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.� 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. 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: U.S. Army Corps of Engineers �Attn: Troy Small and Alicia Evans E-mail: troy.d.small@usace.army.mil and Alicia.G.Evans@usace.army.mil The email should be titled:� W. Kerr Scott � Stoplogs and Stoplog Slots 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.� Questions regarding this source sought notice must be submitted in writing via email to both email addresses listed above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a3a430e2d8c14f4e9f0d25629acf671d/view)
- Place of Performance
- Address: Wilkesboro, NC, USA
- Country: USA
- Country: USA
- Record
- SN06424343-F 20220813/220811230130 (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 |