SOURCES SOUGHT
Z -- Bridge Lead Paint Removal, Painting and Concrete Repair at Almond Dam
- Notice Date
- 5/4/2023 5:21:24 AM
- Notice Type
- Sources Sought
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR23B0WD4
- Response Due
- 5/19/2023 8:00:00 AM
- Point of Contact
- Keilow King, Phone: 4438532052, Cheryl K. Williams, Phone: 4109622187
- E-Mail Address
-
keilow.king@usace.army.mil, cheryl.k.williams@usace.army.mil
(keilow.king@usace.army.mil, cheryl.k.williams@usace.army.mil)
- Description
- TITLE: Bridge Lead Paint Removal, Painting and Concrete Repair at Almond Dam, Hornell, New York SOLICITATION NO. W912DR23B0WD4 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. �������������������������������������������������������������������������������������������������������������������������������������� The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential BRIDGE PAINTING AND CONCRETE REPAIR at ALMOND DAM, Hornell, New York. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE SYSTEM FOR AWARD MANGEMENT (SAM).�� IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE SAM.gov FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: Surface preparation and application of a new coating system to the Almond Dam Service Bridge. Surface preparation includes removal of the existing coating system including lead-based paints. In addition, the large concrete spall area on the Service Bridge structure shall be repaired. Concrete repairs of failed concrete at the tower access bridge, including, but not limited to; spalling, delamination, and cracking. Although they are not deemed as immediate threats to stability, serviceability, or dam safety, these areas shall be repaired to prevent further deterioration of the bridge. 28-day compressive strength of 5000 psi. Repair material shall be mixed, extended, applied, and cured per manufacturer�s recommendations. Government Supplied Materials:� Constructions plans and specifications (solicitation). Project Assumptions:� The Contractor is required to supply all labor, materials, equipment, and transportation to complete the construction of the Government furnished plans and specifications. Contract Deliverable:� Provide a completed project per the Government furnished plans and specifications. Submission Requirements and Timeline:� Provide a proposal within the time lime specified in the solicitation. Construction duration will be 365 calendar days. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with FAR 36.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $250,000.00 and $350,000.00. The North American Industry Classification System (NAICS) code for this procurement is 238320 � �Painting and Wall Covering Contractors�, which has a small business size standard of $16,500,000.� Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Responders should address ALL of the following in their submittal: Prior Government contract work is not required for submitting a response to this sources sought notice. The following criteria must be considered to ensure the ability to perform the proposed work: Capability Statements should include information and details of a minimum of two (2) projects with similar scope of work and magnitude of construction within the past six (6) years. Provide proof of certification for Society of Protective Coatings (SSPC) QP 1 and QP 2 with experience in lead abatement. Provide one (1) or multiple projects successfully demonstrating experience with: Paints qualified under the NEPCOAT (North East Protective Coating Committee) system or similar three coat paint systems for bridges. Platforms at height such as SafeSpan or Swing-Lo systems. Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity. Responses must include the Offeror�s Name, Company address, CAGE Code, POC Phone number, POC email, and SAM information. Narratives shall be no longer than ten (10) pages.� Double sided pages will count as two (2) separate pages. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought notice is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 A.M. EDT 19 May 2023. All responses under this Sources Sought Notice must be emailed to keilow.k.king@usace.army.mil and cheryl.k.williams@usace.army.mil referencing the sources sought notice number W912DR23B0WD4. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/09cf1f980701461187cebf6e4e0e2817/view)
- Place of Performance
- Address: Hornell, NY 14843, USA
- Zip Code: 14843
- Country: USA
- Zip Code: 14843
- Record
- SN06672972-F 20230506/230504230123 (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 |