Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

Y -- CANINE FACILITY, JAMES J. ROWLEY TRAINING CENTER (JJRTC), BELTSVILLE, MD - Sources Sought Notice

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-N-0014
 
Archive Date
5/8/2017
 
Point of Contact
Robert Jackson, Phone: 4109623464
 
E-Mail Address
robert.n.jackson@usace.army.mil
(robert.n.jackson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice for Canine Training Facility JJRTC SOURCES SOUGHT NOTICE FOR - CANINE FACILITY, JAMES J. ROWLEY TRAINING CENTER (JJRTC), BELTSVILLE, MD W912DR-17-N-0014 THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL & MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District requests capability statements from qualified Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, Service Disabled Veteran-Owned SB (SDVOSB) firms, Veteran-Owned Small Business (VOSB) firms, Historically or Underutilized Business Zones (HUBZones) firms and Women-Owned Small business firms (WOSB) interested in performing work on the potential construction of Canine Facility JJRTC, Beltsville, Md. 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. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of a RFP/IFB; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP/IFB, if any is issued. 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 synopsis. Responses to this notice are not offers/bids 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. In accordance with Federal Acquisition Regulation (FAR) 36.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000.00 and $25,000,000.00. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000.00. The Product Service Code for this procurement is: Y1AZ. This will be a firm-fixed price construction contract, and it will be advertised as a Two-Step Invitation for Bid (IFB) in accordance with FAR 14.5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis 1. BACKGROUND: The James J. Rowley Training Center established for the purpose of training the United States Secret Service, is an approximately 500-acre campus within the larger land holdings of the United States Department of Agriculture's (USDA) Beltsville Agriculture Research Center (BARC) located in Laurel, Maryland. This is a secured facility with access control, all personal involved on any on-site work, including deliveries MUST be Citizens of the United States of America. All personnel entering this facility will be subject to a background check. 2. LOCATION: The James J. Rowley Training Center, is located at 9200 Powder Mill Road, Beltsville, Maryland. 3. PROJECT SCOPE: United States Secret Service Training Facility located at JJRTC in Beltsville, Maryland includes a canine facility and kennels specifically for training handlers and law enforcement working dogs. Existing facility is the Maloney Canine Building located in southwest portion of JJ Rowley campus. Originally built in the mid 1980's, Maloney Canine Building which houses an Administration Area, Food Preparation, Equipment Storage and washing facilities but lacks accommodations necessary to meet current military canine handling standards for facilitating complete training, care, and housing of animals, as well as training for handlers. The new Canine Facility will have a total gross area of 29,100 square feet distributed in two buildings. Which will provide for all kennel, administrative, training and maintenance requirements. Preliminary Floor Plans and elevations are attached. 4. MARKET SURVEY AND EVALUATION CRITERIA: Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Women-Owned Small business or Qualified Section 8(a) certified firms with single project minimum bonding capacity of $10,000,000 should submit capability statements to include the following information to support an evaluation of capabilities. Provide details of similar projects, dates of projects, statement of responsibility on project (s), project references (including owner with phone number and email address) and project cost and provide evidence for bonding for this project. We are seeking prime contractors or first tier sub-contractors who can directly manage and successfully complete this project. Comments will be shared with the Government and the project management team, but otherwise be held in strict confidence. SUBMISSIONS: Responders should submit the following at a minimum in their submittal: 1. Firm's name, address, phone number, and email address for a point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women- Owned Small Business (WOSB). 3. Indicate the primary nature of your business. 4. Percentage of work capable of being performed with your own forces and equipment - Directly. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate both expressed in dollars. 6. Provide three (3) examples of projects similar (work on Canine Facilities) for the requirement described above within the past three (3) years. Include start and finish dates, cost of similar project and point of contract information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Total submittal shall be no longer than fifteen (15) pages in one (1) pdf file. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. 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 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 10:00 a.m. eastern standard time May 5, 2017. All responses under this Sources Sought Notice must be emailed to Contract Specialist, Robert Jackson - robert.n.jackson@usace.army.mil referencing the sources sought notice number W912DR-17-N-0014. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Robert Jackson via email - Robert.n.jackson@usace.army.mil. *Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code 236220 as indicated in the RFP/IFB to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-N-0014/listing.html)
 
Place of Performance
Address: JAMES J. ROWLEY TRAINING CENTER (JJRTC), BELTSVILLE, Maryland, United States
 
Record
SN04479504-W 20170422/170420235230-f2b8a8943ec8606f92bae8f5fbd47e7f (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.