Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOURCES SOUGHT

Z -- Miscellaneous Facility Upgrades at the NETC

Notice Date
5/16/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC Acquisition Section, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-08-R-0042
 
Point of Contact
Adams, Cindy,, Phone: 301-447-1221, Charles K Tama,, Phone: 301-447-1455
 
E-Mail Address
cindy.adams@dhs.gov, charles.tama@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), National Emergency Training Center (NETC), is considering whether or not to set aside an acquisition for HUBZone concern, Service-Disabled Veteran-Owned Small Business Concern (SDVOSB), or Small Business Concerns. The estimated value of this procurement is between $100,000.00 and $250,000.00. The small business size standard is a three-year averaged annual gross receipt of $31.0 million. The applicable North American Industry Class System (NAICS) code is 236220. Bid, payment and performance bonds are required. The project is located at the NETC, 16825 South Seton Avenue, Emmitsburg, Maryland 21727. The performance period is 90 calendar days. This project is to provide all labor, material, equipment, apparatus, tools, transportation and services necessary for, and incidental to, the following miscellaneous facility upgrades: (1) Removal of old and installation of new draperies for Rooms 302, 308 in Bldg. K and Room 202 in Bldg. M. Work includes all associated hardware such as traverse rods, hangers, drapery pins, cords, etc. (2) Removal of old carpeting and installation of new carpeting for Rooms 302 and 308 in Bldg. K, and Room 202 in Bldg. M. (3) Removal of old cork track surface and the installation of new synthetic track surface in the indoor track at Bldg. H. (4) Provide electrical power and communications to the trailers behind Bldg. S which includes 1-400 amp service from electrical room in Bldg. S to existing MDP trailers and 1-RG 6 and 1-100 pair telephone conductors from Bldg. S to trailers. (5) Paint existing exterior surfaces on Bldg. M and Bldg. H. and (6) Install fixed network reporting and recording system for natural gas which involves upgrading Auto-Matrix DX controllers and move DX programs to newly installed controllers in Bldgs. A, D, F, and N so the DX control is independent of SAGE. Commission sequence to confirm new DX programs match existing SAGE sequence. Backup SAGE, DX Controller and programming. Provide electronic and hard copy of backup to Government. It is anticipated that this contract will be a firm fixed price construction contract. The solicitation in its entirety and any amendments will be available at no charge online at https://www.fbo.gov under the above solicitation number. At the present time, this acquisition is being considered for either a 100 percent set aside for HUBZone small business concerns or 100 percent set aside for SDVOSB. Interested HUBZone small business concerns or SDVOSB concerns should indicate their interest to the Contracting Officer in writing, as early as possible, but to be received not later than 4:00 p.m. on May 23, 2008. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1405, if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by email to cindy.adams@dhs.gov At a minimum, all responses must include the following information: (a) a copy of the certificate issued by SBA of your qualifications as either a HUBZone concern or SDVOSB concern; (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact and telephone numbers; (d) past performance references with points of contact and telephone numbers (at least two are requested) but more may be submitted; and (e) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-7, Notice of Total SDVOSB set-aside will apply, which requires that at least 15% of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or SDVOSB set aside. Failure to submit all information requested may result in a small business set aside. A decision on whether this will be pursued as a HUBZone or SDVOSB set aside, or a Small Business Set Aside, will be posted at https://www.fbo To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification].
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1a36fd1b1053cc8175cb09d590deff69&tab=core&_cview=1)
 
Place of Performance
Address: National Emergency Training Center, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
Zip Code: 21727
 
Record
SN01575686-W 20080518/080516221710-1a36fd1b1053cc8175cb09d590deff69 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.