FY23 76 SWEG Replace Elevator

expired opportunity(Expired)
From: Federal Government(Federal)
W912BV

Basic Details

started - 21 Jun, 2023 (10 months ago)

Start Date

21 Jun, 2023 (10 months ago)
due - 07 Jul, 2023 (9 months ago)

Due Date

07 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
W912BV

Identifier

W912BV
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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 SYNOPSIS For FY23 76 SWEG Replace Elevator, Tulsa District This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and award a FY23 76 SWEG Replace Elevator Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using either “LPTA” or “Tradeoff”. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications
of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The work to be performed under the terms of this contract consists of furnishing all materials, labor, plant, tools, transportation, equipment, testing services, quality control and incidentals required to accomplish the engineered design at Tinker Air Force Base (AFB), Oklahoma. The Contractor shall include the following: i. Contractor shall provide General Conditions to include a separate project superintendent, separate CQC, separate SSHO, a project manager and office incidentals to manage the project through the Design development and the construction phase of the project. ii. Provide a design/work plan to show all details of the project. The design/work plan shall be provided for a 90%, 100% and IFC documents. There shall be 30 days of review for each design/work plan deliverable. iii. Contractor shall demolish the existing Elevator iv. Contractor shall replace Elevator v. Provide O&M Documentation for the installed system. vi. Provide As-Builds for the installed system. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: $1.5M - $2M. The North American Industry Classification System code for this procurement is 236220, Commercial and Institutional Building Construction which has a small business size standard of $45M. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the 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. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about August 2023, and the estimated proposal due date will be on or about September 2023. The official synopsis citing the solicitation number will be issued on sam.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm’s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm’s name, address, point of contact, phone number, and e-mail address. 2. Firm’s interest in bidding on the solicitation when it is issued. 3. Firm’s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm’s capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples. 4. Firm’s Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 7 July 2023. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to shawn.brady@usace.army.mil. U.S. Army Corps of Engineers, Tulsa District Attention: Shawn Brady 2488 E. 81st Street Tulsa, Oklahoma 74137-4290

Oklahoma City, OK, USALocation

Place Of Performance : Oklahoma City, OK, USA

Country : United StatesState : Oklahoma

You may also like

Full Service Elevator Maintenance

Due: 30 Jun, 2025 (in 14 months)Agency: State of Connecticut

Remove and Replace Hoisting Cables for Freight Elevator

Due: 02 May, 2024 (in 1 day)Agency: City of Springfield

ELEVATOR MAINTENANCE SVC - OTIS ELEVATOR

Due: 30 Sep, 2025 (in 17 months)Agency: Miami Dade

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 236220
Classification CodeCode Y1NZ