The RFP Database
New business relationships start here

Phase 2 Security Fencing and Gate Construction for DHS


District Of Columbia, United States
Government : Homeland Security
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Reference EQWPMA-17-0060

Market Research (SMALL BUSINESS CONCERNS ONLY)
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is NOT a request for proposals or qualifications. This notice does not represent a commitment by the government to issue a solicitation or award a contract. This is a request for information/market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a request for qualifications. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. Requests for a solicitation will not receive a response.

The General Services Administration may have a need to provide Phase 2 Security Fencing and Gate Construction (Level 5 security) for the Department of Homeland Security (DHS) Consolidation Project at the St Elizabeths West Campus located in SE, Washington, DC.  The Contractor will perform the construction in accordance with the design specifications, drawings, and the provisions of the contract.

Furnish and install approximately 2700 linear feet of Type 02 security fencing for the upper plateau.  The Type 02 security fence will include conduit and power wiring for security lights, cameras, and vibration detection (power and pathways by contractor, security cameras, and vibration detection provided and installed by others).

Furnish and install lifting hydraulic vehicle barrier, one rolling manual vehicle gate with security sensors, one locking personnel gate, and Jersey Barriers; boulders; one guard booth, ballistic-resistant glazing, air conditioning, power wiring and pathways for security equipment.

Furnish and install Type 04 security fencing, Type 08 cable security fencing, Guard Booth, limited demolition of existing wall and existing Type 08 fence (historic materials to be undamaged and preserved per HP requirements), asphalt drive, sidewalk, rolling manual vehicle gate with sensors, and one locking personnel gate.

Furnish and install an Inspection Pull-out Lane, to include 125 feet of 12 foot wide curbed pull-out with curbed merge transitions at each end, plus one 20x20 tented K9 facility.

Furnish and install manufactured Security and Entry Screening Trailers measuring approximately 25x48 and 25x40 with interior walls, including concrete pads, personnel access walks and steps, power from existing campus sources, air conditioning, and pathways for installation of security equipment (by others).

Removal and discarding of Phase I fencing, guard booth and hydraulic truck barrier.  All materials to be recycled or stored per Government direction.  All security equipment to be returned to or stored under the direction of Government.

The effort would have a performance period of approximately 6.5 months and a project cost not to exceed $4.0 Million. North American Industry Classification System (NAICS) Code is 238990 - All Other Specialty Trade Contractors and the Size Standard is $15.0 million

If you are an interested small business concern, please provide a Written Letter of Interest, company brochure or literature (if available), and a response to the following questions. (All information submitted is subject to verification. Additional information may be requested to substantiate responses.)

1. Is your firm a Small Business? (If yes, include all applicable socio-economic indicators, i.e. SDVOSB, VOSB, HUBZONE, WOSB, SDB, 8(a))

2. Is your firm capable of providing a service as would be required under this potential project? If yes, please provide at least 2 projects performed, each of which is comparable in nature, type, and complexity to this proposed project, and which has been completed within the past ten (10) years. 

The Written Letter of Interest must contain the following elements, at a minimum:
1. Name and address of company (inclusive of phone and fax numbers);
2. Name and email address of Individual within the company who will be the contact person, if the Government requires additional information;
3. Tax Identification Number, Duns No.;
4. North American Industry Classification System (NAICS) code(s) under which company operates.

The Government will review each response and will use the information it receives in response to this source sought notice as a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality, and delivery. A determination not to compete a proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only.

Please note: All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract.

Email response is preferred. Email Subject Line must read as follows: Response to Source Sought Notice: EQWPMA-17-0060, Phase 2 Security Fence, St Elizabeths West Campus, SE, Wash., DC. RFIs regarding this notice will not be entertained.

Expressions of interest must be submitted to the attention of Ms. Nicole Dent, Contract Specialist, nicole.dent@gsa.gov, by 12:00 PM EST on March 3, 2017. Expressions of interests received after this date and time will not be reviewed.


Nicole Dent , Contract Specialist , Phone (202) 969-5570, Email Nicole.Dent@gsa.gov - Chervette Whaley , Contract Specialist , Phone (202) 969-5549, Email chervette.whaley@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP