SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT FOR ROOFING PROJECTS AT THE LAKE CITY ARMY AMMUNITION PLANT

expired opportunity(Expired)
From: Federal Government(Federal)
W912DQ-24-SS-7001

Basic Details

started - 12 Mar, 2024 (1 month ago)

Start Date

12 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (1 month ago)

Due Date

28 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W912DQ-24-SS-7001

Identifier

W912DQ-24-SS-7001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE ARMY (133113)USACE (38130)NWD (6936)W071 ENDIST KANSAS CITY (1323)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought for Roofing Construction Multiple Award Task Order Contract (MATOC)This Sources Sought announcement is to conduct market research for a Multiple Award Task Order Contract (MATOC) for construction of roofs at the Lake City Army Ammunition Plant (LCAAP) in support of the Kansas City District. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any cost associated with providing information in response to this sources sought.The purpose of this notice is to gain knowledge of potential and interested qualified contractors capable of performing roofing replacement and repairs, and to determine if there is adequate competition to compete and successfully perform this MATOC.This effort is classified through the North American Industry Classification System (NAICS) under 238160 Roofing Contractors. The small business size standard for NAICS 238160 is $19M.It is anticipated that a solicitation announcement
will be published on SAM.gov in mid-2024. The resulting MATOC will have a $49M capacity with a 5-year base duration.The following information is requested in this Sources Sought (SS) announcement:1. Firm’s name, address, email address, website address, telephone number, and point of contact. 2. Firm’s CAGE Code and UEI number.3. Company size (Small or Large), in accordance with the NAICS 238160.4. If a Small Business, specify if your company is any of the following: Small Disadvantaged Business, Service-Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business, HUBZone Small Business; 8(a) Small Business concern; or Women-Owned Small Business.5. Firm’s interest in providing a proposal as the prime contractor on the pending solicitation once issued.6. Experience: Evidence of capabilities to perform work comparable to that required under this MATOC.The work expected for these orders includes but is not limited to:Replacement and / or repair of built-up, ethylene-propylene-diene-monomer (EPDM), polyvinyl-chloride (PVC), thermoplastic-polyolefin (TPO) on wooden deck/steel deck/concrete deck/golan structure, metal panel roofs and associated flashings and sheet metal roofing, asphalt shingle roof and built-up asphalt, styrene-butadiene-styrene (SBS) modified bituminous (mod bit).Replacement and/or repair of structural members.Insulation and roof drainage systems (gutters, scuppers, etc.).Work in and around industrial environments which may be in close proximity to energetics and explosives.Perform an asbestos containing material (ACM) survey, a lead-based paint (LBP), hazardous materials survey.7. Provide a maximum of 3 recent (within the last 6 years) relevant/comparable projects and describe how they are similar to this project. Include the project name; when the project was completed; dollar value of the project; description of the key/salient features of the project, identify the contracting office & the customer/user (include POC information). Construction Bonding level per contract and aggregate construction bonding level, both expressed in dollars.The responses must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possesses the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research.Please send your Sources Sought responses via email to jay.b.denker@usace.army.mil and angelique.m.oldsen@usace.army.mil. Submissions should be received by 10:00 a.m. Central Standard Time 8 March 2024.

Location

Place Of Performance : N/A

Country : United StatesState : MissouriCity : Independence

Office Address : CONTRACTING DIV CORPS OF ENGINEERS 601 E 12TH ST KANSAS CITY , MO 64106-2896 USA

Country : United StatesState : MissouriCity : Kansas City

Classification

naicsCode 238160Roofing Contractors
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS