Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
MODIFICATION

Z -- IDIQ Contract Roofing at Sierra Army depot / Hawthorne Army Depot / Reno, Nevada

Notice Date
2/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0041-02
 
Archive Date
3/1/2010
 
Point of Contact
Duane W. Bell, Phone: 9165575326, Gregory L. Tom, Phone: 9165577220
 
E-Mail Address
duane.w.bell@usace.army.mil, Gregory.L.Tom@usace.army.mil
(duane.w.bell@usace.army.mil, Gregory.L.Tom@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice to determine the availability of potential small business firms for a potential small business category type set-aside. The US Army Corps of Engineers, Sacramento District, is conducting market research to determine potential sources having the skills, capabilities, experience and bonding necessary to perform the described work. No award will be made from this Sources Sought. No solicitation, specifications, or drawings are available; therefore, do not request a copy of a solicitation. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this notice is to gain knowledge of potential small business sources to include small business in the following categories: Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for one or more Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts for use primarily for areas around and including the Sierra Army Depot, Hawthorne Army depot / Reno, Nevada. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community. Work to be performed under the contract will be primary for roofing effort. The North American Industry Classification System (NAICS) Code is 238160 Roofing Contractors; and the small business size standard is $14.0 million. The aggregate not-to-exceed amount for the IDIQ contract is approximately $3.5 million or three years (whichever comes first). The task orders will generally be between $100k to $500k. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Capability Statement: The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offerors name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years in this location area brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4) Offerors type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offerors Joint Venture information if applicable existing and potential 6) Offerors Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by mail or email by 5:00 PM Pacific Time on February 24, 2010. Responses must include the sources sought number and title in the subject line of their email response. Submit response and information to: Duane Bell Contracting Division, CECT-SPK US Army Corps of Engineers, Sacramento District 1325 J Street Sacramento, CA 95814 or duane.w.bell@usace.amy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0041-02/listing.html)
 
Place of Performance
Address: Reno, Nevada, United States
 
Record
SN02062629-W 20100212/100210234912-080e616db6014859f8972eccc1f7d4c7 (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.