The RFP Database
New business relationships start here

Roofing IDIQ


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

 

THIS IS A Sources Sought Notice ONLY. This is not a request for proposals and no contract shall be awarded based on this notice.


The Mission and Installation Contracting Command, Fort McCoy, Wisconsin is conducting market research in order to determine the availability and capability of companies to remove existing asphalt shingles and install new asphalt shingles on buildings at Fort McCoy, WI 54656. Please see the attached specifications, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8 (a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.


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 or 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 for additional information pertaining to this requirement.


The anticipated NAICS code is 238160, Roofing Contractors with a small business size standard of $16,500,000.


The estimated period of performance consists of a base period and two option periods.


Attached are the specifications of the work to be performed.


Responses to this announcement must be received no later than 4:00 pm CST on Friday, October 18, 2019. Responses shall be e-mailed to Jim Hubert at james.k.hubert.civ@mail.mil or faxed to 608-388-4597.


No phone calls will be accepted.


All questions must be submitted to the email address identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


In response to this sources sought, please provide:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


3.  Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. (Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.)


5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.


6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


7. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.


Jim Hubert, Contract Specialist , Phone 6083881251, Email james.k.hubert.civ@mail.mil - Steve Bailey, Contracting Officer, Phone 6083886077, Email steven.m.bailey2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP