Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Market Survey/Sources Sought for Kewaunee Demo

Process Number W912P622S0001

USA

Dates:


Notice ID:

W912P622S0001

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W072 ENDIST CHICAGO

Office:

W072 ENDIST CHICAGO

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

(utc-06:00) central standard time, chicago, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 24, 2021 03:00 pm cst

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 09, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

p400 - salvage- demolition of buildings

NAICS Code:

238910 - site preparation contractors

Description:


Original Set Aside:

By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for Kewaunee Demo Project in Kewaunee, WI. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. 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, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers 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. GOVERNMENT REQUIREMENTS: Under the proposed Contract, the contractor shall furnish all labor, materials, supplies, tools, and equipment necessary to complete the Building Demo/Removal and restoration at the project site. There are three (3) existing, currently unoccupied buildings to be removed, including the foundation to a depth of one foot below the ground surface. Work includes abatement of asbestos and lead-based paint as needed, and the identification and proper disposal of old light fixtures, appurtenances, and existing building features as needed to complete the work in accordance with Federal regulations. REQUESTED INFORMATION: This Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Firm’s name and BUSINESS SIZE, CAGE code, address, point of contact, phone number, and e-mail address. 2. Is your company currently "active" at the System for Award Management (http://www.sam.gov)? If not, does it plan to register? Contractors are now REQUIRED to be registered in the System for Award Management (SAM) AT THE TIME ITS BID IS SUBMITTED to comply with the annual representations and certifications requirements (Reference: FAR Subpart 4.1102 – Policy (a)). 3. In consideration of North American Industry Classification System (NAICS) code 238910, with a small business size in dollars of $16.5M, which of the following small business categories is your business classified under, if any? Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Small Business. 4. Is your firm capable of obtaining a performance and payment bond for a construction project valued between $250,000 and $500,000? 5. Is your firm interested in performing as a subcontractor or prime? 6. Does the interested vendor have experience in the work described for this project? If so, how many years? 7. In the consideration of the aforementioned government requirements, if your firm were to see an advertisement for this planned procurement within the next three months, would your firm be interested in providing a bid? 8. Please provide a listing of projects completed during the past three years, both for government and private industry. Please include the type of project, dollar value, contract number and location. Indicate if you worked as the prime or subcontractor. SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Tina M. Brock prior to 3:00 p.m. (Central Time) on 24 November 2021, via email to: tina.m.brock@usace.army.mil (ensure that the number & title of the Sources Sought Notice of "W912P622S0001, Kewaunee Demo,” is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Tina Brock’s email inbox. NEGATIVE REPLIES ARE WELCOMED.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING DIVISION 231 S LASALLE STREET

CHICAGO , IL 60604-1437

USA

Primary Point of Contacts:

Tina M. Brock

Secondary Point of Contact:

maria anguiano