Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

54 -- RECOVERY--54--Pre-fabricated Concrete Shower/Restroom Facilities

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-R-1019
 
Response Due
6/18/2009
 
Archive Date
8/17/2009
 
Point of Contact
JamesKirk, 816 389-3853<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(James.H.Kirk@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice indicating the Governments intent to conduct Market Research for sources for a supply acquisition contract for the manufacture of approximately 128 pre-fabricated, reinforced concrete shower and restroom type buildings and installation of each such building at specified locations, all within the Kansas City Engineer District. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. In general terms, manufacture of pre-fabricated, reinforced concrete vault and flush toilets/shower buildings can be better described as a unit of one of five separate building types. These include a type of building providing for a single vault toilet, for a double vault toilet, for a double flush toilet, for a four (4) compartment building combining a shower, toilet, and sink, and for a utility building of 10 X 20. To complete the acquisition, we will need installation services for each building. This includes gravel pad preparation, utilities extended 10 ft. outside building, final utility hookup, digging the required hole and foundation preparation for vault toilets, individual building delivery and installation of it at the predetermined site. To respond to this sources sought notice, interested companies shall provide information to verify they can deliver the required types of buildings, quantity of buildings with features and options as specifically described in the following items. The Government is using a brand name or equal acquisition pursuant to FAR, Part 52.211-6 Brand Name or Equal to accurately describe the five (5) building types that are being acquired. They are as follows: a. CXT Inc., Gunnison & Cascadian models for singe vault toilet, b. CXT Inc., Tioga model for double vault toilet, c. CXT Inc., Cortez model for double, flush toilet, d. CXT Inc., Navajo model for four compartment w/shower/toilet/sink (ADA compliant) e. CXT Inc., Schweitzer model for 10 X 20 utility building. When responding to this notice, please provide the following: 1. Verification that the contractor can supply all required building types and sizes equal or better to CXT, Inc. models. Verification the company has completed a similar order (128 buildings within a year period). Please provide customer names and contact information for verification. 2. Verification that buildings are pre-fabricated by the firm. If they are not pre-fabricated by the firm, identify the firm that fabricates it. Verify any designers that are on staff to fulfill the requirements of this building order. Provide the plant address. 3. Documentation that buildings will be of equal to or better quality of construction (i.e. wall thickness, floor thickness, reinforcement, welded connections, fixtures, etc. and meet equal or better snow load, wind load, and seismic design standards), as the buildings manufactured by CXT, Inc. 4. Verification that a variety of optional items equal to or better to CXT, Inc. can be provided, including a variety of finishes and styles for the walls and roof, vault toilet options, skylights, door locks, toilet paper dispensers, hot water heaters, ADA accessible features, hand dryers, etc. Verify that a variety of color options for the walls and roof will be available for selection after award. 5. Verification that the contractor can provide requested installation services in a timely manner. 6. Please provide a breakdown of costs as follows: a. Cost of building - (list the standard building features included in the estimate) b. Cost of delivery (each) to 601, E. 12th St., Kansas City, Missouri c. Cost of vault or pad preparation d. Cost of utility stubbed to 10' from building e. Cost of building installation, including crane cost for off-loading at site f. Cost of final utility hookup to building If additional technical information is required, please contact Sue Gehrt at Susanna.G.Gehrt@usace.army.mil or for contracting information contact James Kirk at James.H.Kirk@usace.army.mil. Per the direction of FAR 4.5 Electronic Commerce in Contracting, The Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement should be sent via email to James.H.Kirk@usace.army.mil. Responses via FAX or traditional mail will not be accepted. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423 Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications. To do so requires CCR registration, including an MPIN number. Instructions for the Offeror Representations and Certification Application (ORCA) may be obtained, and required information may be entered at http://orca.bpn.gov. This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is not guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than June 18, 2009 by 15:00 CST. The response to this notice shall be in summary format and shall not exceed twenty (20) pages. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. At a minimum, please provide the following: " Company name; " Company mailing address; " Point(s) of Contact including Telephone Number(s) & E-mail Address(es); " The size of your organization (i.e. Large Business, Small Business (SBA type: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB)); and " A brief synopsis of your companys capabilities to meet this requirement. All information received will be considered. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the small business community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform this contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The potential for set-asides for small businesses and small disadvantaged businesses will be considered on the basis of the responses received. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-R-1019/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01838679-W 20090610/090608234913-6d2919ed45d9305cb20610a4bd91d5b9 (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.