SOURCES SOUGHT
71 -- GUANTANAMO BAY VETERINARY CLINIC REPLACEMENT IO PROJECT
- Notice Date
- 6/2/2022 11:33:28 AM
- Notice Type
- Sources Sought
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
- ZIP Code
- 72201-3225
- Solicitation Number
- W9127S22Q6004
- Response Due
- 6/13/2022 10:00:00 AM
- Archive Date
- 09/30/2022
- Point of Contact
- Timothy Pighee, Phone: 5013401270, Fax: 5013245196, Telia Mahomes, Phone: 5013401274
- E-Mail Address
-
Timothy.A.Pighee@usace.army.mil, telia.r.mahomes@usace.army.mil
(Timothy.A.Pighee@usace.army.mil, telia.r.mahomes@usace.army.mil)
- Description
- SOURCES SOUGHT DESCRIPTION Please see Attachment: 3 Standard Notices to Industry This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this is to gain knowledge of potential qualified sources (specifically, qualified Small Businesses) and their size relative to NAICS 337127, Standard Size 500 employees. Responses will be used by the Government to make appropriate acquisition decisions. Responses are not considered responses to any potential solicitation announcement.� All small business types including: WOSB, Section (8), SDVOSB, VOSB, and HUBZone are encouraged to participate.� The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The U.S. Army Corps of Engineers (USACE), Little Rock District is seeking information for a requirement for the initial outfitting (IO) of the Veterinary Clinic Military Working Dog Treatment Facility located at Naval Station Guantanamo Bay, Cuba. This is an OCONUS project.� Responses to this sources sought shall only include OCONUS past performance for projects in the Caribbean. All contractors are encouraged to review the NAICS code and provide any suggestions if a more appropriate NAICS code is available. This project will support an Initial Outfitting (IO) project (i.e. equipment and furnishings procurement, installation, and transition) for the Veterinary Clinic (Approximately 5,277 sf of new construction). The new construction consists of an animal holding facility, veterinary surgical suites, laboratories, storage, and office space. The existing Veterinary Clinic on NS Guantanamo Bay, Building GC87, is in extremely poor condition and is lacking appropriate surgical accommodations and will be replaced.� The Government requires the services of an IOT Contractor that can outfit the new Veterinary Clinic with new Personal Property (PP), transition of occupants and reuse property, dispose of non-reuse furniture, fixtures, equipment and low voltage systems, and support the clinic with public relations and orienting staff to their new space. The scope of work also includes, but is not limited to: Initial Outfitting - Transition (IO-T) activities such as taking inventory of all existing systems and commodities, conducting user interviews, then planning and developing the requirements for all new and reuse commodities. IO-T also includes managing the phasing and transition activities, relocation, space planning and public relations planning. Initial Outfitting - Commodities (IO-C) activities include ordering, purchasing, delivering, installing, certifying, training and warranting all commodities identified in the IO-T process as well as public relations materials and events. Commodities include, but are not limited to, furniture/furnishings, casegoods, medical and veterinary equipment, animal handling equipment, and low voltage systems, such as resource protection and communications. Other IO-C deliverables include moving services, Operation and Maintenance (O&M) manuals, contractor supplied warehousing/storage, and public relations. Responses shall include a brief description of the top three recent and relevant OCONUS contracts of comparable work performed in the Caribbean within the past five years.� The narrative shall include: ����������� project ����������� customer name ����������� contractor roles and responsibilities ����������� type of work performed and completed by the contractor ����������� timeliness of performance ����������� dollar value of contract ����������� customer satisfaction All interested firms shall provide the following information: company name address point of contact,� phone number, email address business size pursuant to the NAICS Code 337127, Standard Size 500 employees capability statement The estimated value of the project is $1 Million - $3 Million. Responses to this notice shall be e-mailed to timothy.a.pighee@usace.army.mil. Telephone responses will not be accepted. Responses must be received in writing no later than Monday, June 13, 2022, at 12:00pm Central Time. This notice is to assist the USACE in determining sources only. Please see Attachment: 3 Standard Notices to Industry A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/20467d0b348649e3b2f445861a993a72/view)
- Place of Performance
- Address: GUANTANAMO BAY, CUB
- Country: CUB
- Country: CUB
- Record
- SN06346536-F 20220604/220602230117 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |