Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2024 SAM #8340
SOURCES SOUGHT

Z -- DLA Repair Building 4 Truss and Roof

Notice Date
9/25/2024 11:01:27 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
W9123625S2001
 
Response Due
10/11/2024 11:00:00 AM
 
Archive Date
10/26/2024
 
Point of Contact
Brandon Briggs, Phone: 7572017797, Michael Hagerty, Phone: 7572017303
 
E-Mail Address
Brandon.Briggs@usace.army.mil, michael.hagerty@usace.army.mil
(Brandon.Briggs@usace.army.mil, michael.hagerty@usace.army.mil)
 
Description
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 SMALL BUSINESS FIRMS MAY RESPOND TO THIS NOTICE, HOWEVER USACE IS PRIMARILY REQUESTING 8(a) SMALL BUSINESSES UNDER THE NAICS CODE 236220. Project Description: This project includes structural repairs to the heavy timber trusses, steel trusses, partial replacement/reinforcement of steel columns along with associated shoring and jacking.� The work also includes localized replacement of wood roof sheathing, remediation of roof decking at unsupported edges, repair of notched heavy timber purlins, localized rehabilitation of the exterior masonry wall and repair of improper masonry wall penetrations.� Lastly, localized in kind replacement of the roof membrane system and temporary relocation/support of utilities are included in the scope of this project to facilitate completion of structural work and incidental related work. The approximate square footage of the building is 180,000 sq. ft.� The area of the building requiring the bulk of the repairs is approximately 21,000 sq. ft. The Contracting Officer has classified this requirement as Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 236220, with a small business size standard of $45 million.� In accordance with FAR 36.204 the magnitude of construction for this project is between $1,000,000 and $5,000,000. Contractors will be required to submit bonding documents prior to award.� Bonding documents are not required for this Sources Sought. 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 3 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, CAGE code, UEI, and e-mail addresses. 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 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 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. Submitting specific experience related to structural repairs involving heavy timber is encouraged. 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 Announcement. This Sources Sought Announcement is not a request for competitive proposals. Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists and solicitation requests will not be acknowledged.� USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries.� All questions and correspondence shall be directed via email to Brandon Briggs at Brandon.Briggs@usace.army.mil and a copy to�Michael Hagerty at Michael.Hagerty@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dff4068dcba045ccacc10bae8ba7109b/view)
 
Place of Performance
Address: Richmond, VA, USA
Country: USA
 
Record
SN07225080-F 20240927/240925230123 (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.