SOURCES SOUGHT
99 -- Craney Island Project Office Expansion
- Notice Date
- 11/29/2022 5:31:50 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123623B5001
- Response Due
- 12/6/2022 9:00:00 AM
- Point of Contact
- Jillian Noblett, Eartha Garrett
- E-Mail Address
-
Jillian.L.Noblett@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(Jillian.L.Noblett@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
- Description
- W9123623B5001 Craney Island Project Office Expansion Portsmouth, Virginia This is a Sources Sought notice only; it is not a request for competitive proposals.� There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project.� NO AWARD will be made from this Sources Sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 236220.� Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for building construction and renovation services for the Craney Island Project Office in Portsmouth, Virginia Required services include demolition of an existing storage shed and construction of a new office in its place, renovations to the existing administration office building, and repaving of the existing parking lot. The storage shed to be demolished is a 1,200 square foot steel framed, slab on grade facility. The office space replacing the storage shed will consist of an open office area, conference room, telecom room, and unisex restrooms. The existing administration building is a 4,400 square foot concrete block facility consisting partly of office space and garage space. The scope of the administration building work will consist of constructing a new electrical room, modifications to the existing restrooms, installations of new doors, and improvements to the HVAC and geothermal systems. Removal of known hazardous material will be required as part of the demolition and renovation work. A hazardous materials assessment report will be provided to bidders. Construction Time: Anticipated solicitation issuance date is on or around March 2023. The period of performance will be approximately 365 days from issuance of the Notice to Proceed (NTP). The official synopsis citing the solicitation number will be issued on System for Award Management (SAM) www.sam.gov.� Subject solicitation will be advertised via Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil) The Contracting Officer has classified this requirement as Commercial and Industrial Building Construction, North American Industry Classification System (NAICS) code 236220. The small business size standard is $39.5 million. In accordance with FAR 36/ DFARS 236, the magnitude of construction for this project is between $1M and $5M. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey. Response Requirements: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror�s cage code and Unique Identification Number (UIN). Contractors responding to this Sources Sought are not required to be a small business. Specify if your business status qualifies as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award. 3.� Offeror�s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business.� Narratives shall be no longer than five (5) pages and shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. Description of Experience � Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought. This Sources Sought Synopsis should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request.� No solicitation is currently available.� Responses shall be sent via email to Ms. Jillian Noblett at�Jillian.L.Noblett@usace.army.mil cc�d Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/86929aa0292e48c489d4aba2ff29a7a8/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Record
- SN06530295-F 20221201/221129230113 (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 |