Washington, DC Bids > Bid Detail

72--SOURCES SOUGHT NOTICE EAST POTOMAC MAINTENCE YARD BAYDOOR REPLACEMENT

Agency:
Level of Government: Federal
Category:
  • 72 - Household and Commercial Furnishings and Appliances
Opps ID: NBD00159898942846188
Posted Date: Dec 22, 2023
Due Date: Jan 8, 2024
Source: https://sam.gov/opp/6c889ef5c8...
Follow
72--SOURCES SOUGHT NOTICE EAST POTOMAC MAINTENCE YARD BAYDOOR REPLACEMENT
Active
Contract Opportunity
Notice ID
140P3024R0006
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
NCR REGIONAL CONTRACTING(30000)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 22, 2023 05:08 pm EST
  • Original Response Date: Jan 08, 2024 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7230 - DRAPERIES, AWNINGS, AND SHADES
  • NAICS Code:
    • 321911 - Wood Window and Door Manufacturing
  • Place of Performance:
    East Potomac Maintenance Yard WASHINGTON , DC
    USA
Description
SOURCES SOUGHT NOTICEEAST POTOMAC MAINTENCE YARD BAYDOOR REPLACEMENT
This Sources Sought Notice is being issued by the National Park Service, US Department of Interior, National Contracts Region, Washington D.C. as a Request for Information (RFI). This is NOT a Solicitation, Request for Proposal (RFP), Request for Quotation (RFQ); or Invitation for Bids IFB. This Sources Sought Notice is being used as a market survey to identify potential vendors and interested parties in industry in regard to a potential future acquisition in accordance with the Market Research requirements found in FAR PART 10. In accordance with FAR 15.201(e), responses to this RFI are not considered offers by the government. Any information received in response to this Sources Sought Notice does not constitute, commit, or require the government to issue a future solicitation. No funds have been appropriated, authorized, or received for this effort. Requests for a solicitation will not receive a response.

Potential Requirement:

The Department of Interior (DOI), National Park Service (NPS), National Capitol Region (NCA) Region 1, is seeking sources/contractors to potentially dispose, supply and install commercial off the shelf (COTS) automated, overhead, revolving and curtain type garage doors, at multiple buildings located at the parks East Potomac Maintenance Yard facilities. This NPS facility houses multiple shops in various buildings filled with vehicles and other equipment used for the various different types of maintenance repairs needed on the National Mall.
NAICS Code: 321911
Period of Performance: 90 Calendar Days after Notice to Proceed

Place of Performance: All work is to be completed at: National Mall and Memorial Parks (NAMA) East Potomac Maintenance Yard located at 1000 Ohio Drive SW Washington DC, 20024.

Required Supplies and Services:
The Contractor shall provide all labor, tools, materials/supplies, equipment, transportation, supervision, specialized and/or ancillary services, permits and any other items necessary required to remove/dispose, replace and/or repair and install of seventy-six (76) commercial garage type doors and to include but be not limited to door panels, springs, track and rollers, and door motors and openers, locksmithing/locks, ancillary painting, woodwork and garage door frame repair. See following.
1.        Salt Barn Doors: Provide and Install Four (4) new, approximately 16¿ x 19¿ motorized curtain garage doors, to include demolish/removal/disposal of all old doors and equipment.
2.        Circulator Building Doors: Provide and Install two (2) new, approximately 14¿ x 23¿ motorized Circulator Building Doors, to include demolish/removal/disposal of all old doors and equipment.
3.        Bay Building Doors: Provide and Install sixty-eight (68) new, approximately 10¿ x 10¿ motorized Bay Doors, to include demolish/removal/disposal of all old doors and equipment.
4.        Install two new (2) approximately 8¿x 10¿ motorized Bay Doors, to include demolish/removal/disposal of all old doors and equipment.
5.        Supply and Install seventy-six (76) New Door Locks.

All interested vendors and business contractors are encouraged to submit response of positive intent to the Contract Specialist a potential procurement by responding using the format described below.
Submission of Information:
Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information.
(1) Corporate Information Identification (1 page maximum)
¿ Company name and company address
¿ Point of contact, phone, and email address
¿ The firm¿s business type and size for NAICS Code 321911 8(a) Small Business Concern, HubZone Small Business Concern, Veteran Owned Small Business Concern (VOSB) Service-Disabled Veteran Owned Small Business Concern (SDVOB) or a Women Owned Small Business Concern (WOSB).
¿ Confirm Registration in System for Award Management (Provide Unique Entity ID UEI)
(2) Capabilities Statement (1 page maximum):
¿ Provide a brief description of projects complete or substantially complete within the last five years that clearly demonstrate your ability to fulfill the Government¿s requirements as identified above. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, type of construction, and a description of how the experience relates to the proposed procurement.
(3) Provide Documentation Verifying Small Business Certification (3 page maximum):
¿        If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
¿        If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
¿        If claiming SDVOSB status, provide documentation that shows the Service Disabled Veteran Owned Small Business (SDVOSB) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS Code 336611.
¿        If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, makes long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS Code 336611.
¿        If claiming Small Business status, provide documentation to show the business is small under NAICS Code 321911

(4) Provide Statement for Positive Intent of Potential Proposal/Quote Submission (1 page maximum).
Interested parties need to be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at https://www.sam.gov.

Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities as part of the survey of current market conditions. Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement or procurement method as deemed appropriate for this requirement.

The submission of any information from any interested parties in response to this market survey is purely voluntary and the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Responses to this market survey do not affect a interested party or potential offerors ability to respond to any future sources sought notice/request for information or synopsis/solicitation based on the Governments market research. Respondents are solely responsible for all expenses associated with responding to this notice and no basis for claim against the Government shall arise as a result from a response to this notice.
Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate.
Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research if a future follow-on solicitation is developed and released. This notice in no way obligates the Government to any further action based on the information received in response to this notice, and any future action, competition or set-aside decisions based on the information received in response is to this market survey is at the Governments discretion. After review of the information received, a determination will be made by the Government to on how to proceed with the acquisition and potential solicitation, as well as a set-aside is within the sole discretion of the Government and Contracting Officer.
Interested Companies may respond to this Sources Sought Notice via e-mail to: Torben Ohlsson at Torben_Ohlsson@nps.gov, and Bophany Drakeford at bophany_drakeford@nps.gov, no later than 04:00 p.m. EST on January 8, 2024.
Attachments/Links
Contact Information
Contracting Office Address
  • 1100 OHIO DRIVE SW CONTRACTING ANNE
  • WASHINGTON , DC 20242
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 22, 2023 05:08 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >