The RFP Database
New business relationships start here

INSTALL NEW LOCKSETS AND RE-KEY OF BUILDING 87030


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought
Synopsis: The Directorate of Public Works (DPW) requires a new construction contract to change all lockset and re-key as noted in drawings for Warrior Way Gymnasium building 87030 on Fort Hood Texas. The purpose of this sources sought is to gain knowledge of the potential interested small business sources for this project. The Government is considering a set aside for soci-economic status. This notice is for planning purposes only. All interested parties are encourage to respond. MICC-FH, may issue a solicitation and award of a contract to "W91151-18-B-0014". The magnitude of this project is between $25,000 and $100,000. The estimated date of completion of this construction project is 51 calendar days from date of notice to proceed. The anticipated NAICS code(s) is NAICS Code 238990 - All Other Specialty Trade Contractors with a Small Business Size Standard of $15.0 Million and PSC code of Z162- Maintenance, Repair or Alteration of Recreational Buildings.

Description of project is as follows: The purpose of this project is to rekeying the entire building 87030. The building shall be keyed in accordance to the DPW/FT HOOD keying guidelines for keys. The keying system shall consist of a grandmaster, sub-master, and change keys. Prior to work starting the contractor shall meet with DPW representatives to discuss keying matrix/biting schedule. THE CONTRACTOR shall provide all plant, supervision, labor, materials, equipment, supplies and transportation necessary to complete this scope of work at any location that is owned by the Fort Hood Reservation. All work shall comply with all State, local and Federal laws and regulations, industry and construction codes and standards, manufacturer's specifications and recommendations, and all contract special provisions, terms and conditions.


The Contractor shall be responsible for obtaining all required licenses and permits to perform lockset and re-keying requirements work on a Federal installation, be properly bonded and insured in accordance with FAR requirements. The Contractor shall provide proof of having performed contract for General Locksmith and rekeying as a prime contractor for a minimum of 1-3 years. The Contractor's Project manager, Superintendent and Quality Control Manager shall each have a minimum of 1-3 years.


This is only the market research phase of this requirement. By no means does this sources sought mean that the Government will enter into an agreement with your agency. The Government is trying to determine if there is adequate competition in order to compete this requirement. If you are interested in competing in this requirement please reply to this sources sought and respond to the following questions by Thursday May 31, 2018 at 2:00 P.M. Please submit via e-mail to mark.c.green.civ@mail.mil, (254) 278-4103. REF NO: W91151-18-B-0014


Submit the following information also:
- Company Name and Address
- Cage Code and DUNs Number
- Company business size by NAICS code
- Small Business Type (s), if applicable
- Point of Contact for questions and/or clarification
- Telephone Number, fax number, email address, and Web Page URL


1. Are you licensed in the State of Texas and or certified to perform jobs as
a. Locksmith Company license with 1-3 years of experience? In accordance with Texas Rule §35.123


2. This project requires 1-3 years' experience on similar jobs. Does your company have 1-3 years' experience or more? In performing contract for re-keying and locksmith related jobs?


3. Does your Company's Project management, Superintendent, Quality Control Managers, and Technicians have a minimum of 1-3 years of experience of oversight and installation/repair of Locking components and systems?


4. Regarding project schedules, are you familiar with Gantt Charts or similar project scheduling software and their purposes?


5. What is your bonding capability and limits?


6. Would you consider work on Fort Hood which includes the Department of Labor Construction
Wage rate requirement statute and the Wage Determination Act Policies and guidelines
(formerly known as the Davis Bacon Act)?


7. Please attach 3 references for similar work that your firm has performed.


(a) Evidence of recent (within the last three years) experience in work similar in type and scope to include:
(b). Contract numbers
(c). Project titles and descriptions
(d.) Dollar amounts
(e). Percent and description of work self-performed.


8. Is your company's name, cage code and address registered in System for Award
Management (SAM?) Your company must be registered in System for Award Management (SAM) http://www.sam.gov/portal/public/SAM/, with the socio-economic status NAICS code specified in the sources sought notice for consideration if this is awarded.


9. Soci-economic status for the listed NAICS code please select all that applies:
___ Large Business
___ Small Business
___ Veteran Owned Small Business (VOSB)
___ Service-Disable Veteran-Owen Small Business (SDVOSB)
___ Woman-Owned Small Business (WOSB)
___ Economically Disadvantaged Women-Owned Small Business Owner (EDWOSB)
___ Small Disadvantage Business (SDB)
___ HubZone Business
___ 8(a) Program participant



This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government Wide Point of Entry. It is the responsibility of potential offerors to monitor the Government Wide Point of Entry at (https://www.fbo.gov/) for additional information pertaining to this requirement.


Mark C. Green, Phone 2542874103, Email mark.c.green.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP