Washington Bids > Bid Detail

Security Fencing and Lighting

Agency:
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159991064969157
Posted Date: Dec 22, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/84349b72de...
Follow
Security Fencing and Lighting
Active
Contract Opportunity
Notice ID
W9127N24R0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST PORTLAND
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 22, 2023 08:25 am PST
  • Original Response Date: Jan 05, 2024 03:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5660 - FENCING, FENCES, GATES AND COMPONENTS
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Vancouver , WA 98661
    USA
Description

VRO SECURITY FENCING AND LIGHTING - W9127N24R0021





1. General.



This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.





This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-

Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.

Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.



The North American Industrial Classification Code (NAICS) for this requirement is: 238990

The related size standard is: $19M.

Formal Sources Sought Response Due – 5 JAN 2024 at 3:00 pm PST.





2. Project Background.



The US Army Corps of Engineers, Portland District has a requirement to solicit services for the demolition and disposal of an existing parking lot chain link fence, installation of an ornamental security fence, and installation of parking lot lights at the Vancouver Resident Office in Vancouver, WA. The Contractor shall perform these services in accordance with the terms of the contract and as defined in this Statement of work (SOW).

The Vancouver Resident Office is located at 4480 SE Columbia Way, Vancouver, WA 98661. The vehicle enclosure is surrounded by a chain-link fence, isn’t illuminated, and the fence perimeter is approximately 300 ft. There is only one access point to the parking lot.





3. Project Scope.



The purpose of this contract is:

 Demolish and removal of existing chain-link fence, fence posts, and post concrete.

 Furnish and install 8’ high commercial-grade ornamental aluminum curved fence, black in color, with a pressed point style at parking compound perimeter.

 Furnish and install a 22’ sliding V groove gate of high commercial-grade ornamental aluminum curved fence, black in color, with a pressed point style.

 Furnish and install a 14’ swing gate of high commercial-grade ornamental aluminum curved fence, black in color, with a pressed point style.

 Furnish and install 12’ swing gate (two 6’ pieces) of high commercial-grade ornamental aluminum curved fence, black in color, with a pressed point style.

 Furnish and install high security gate locks for all swing gates.

 Furnish and install adequate LED lighting to provide a minimum horizontal illuminance of 0.5 footcandles, minimum vertical illuminance of 0.25 foot-candles and a uniformity ratio of 15:1 maximum to minimum. Lighting will automatically turn on at dusk and turn off at dawn.

 Furnish and install all electrical required for lighting. Include manufacture warranty on products along with a 1-year warranty on installation and workmanship.

 Acquire all necessary permits and schedule all required inspections.

 Install fencing and lighting system in accordance with manufacturer’s recommendations.

a. Anticipated Construction Schedule: CENWP intends to advertise January 2024 and award February 2024. The contractor must provide a 30 notice to the government prior to the start of any work onsite. All work must be completed within 45 days from vehicle compound handover to the contractor.

b. Estimated Construction Cost (ECC): The current ECC is between $25,000 and $100,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude.

c. Number and Type of Contracts: NWP contemplates awarding Firm Fixed Price contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels.

d. Anticipated Source Selection Process: The expected method to determine the best value to the government is LPTA (Lowest Price Technically Acceptable).

1. Project Specific Constraints and Challenges: Project is not expected to be complex. If you anticipate supply chain constraints, please let us know.

2. Questions for Industry:

a. Is there anything in our SOW that would discourage you from bidding?

b. Is there anything in our SOW that would cause enhanced pricing uncertainty?

c. Are there any market conditions or industry practices that you feel the government needs to be aware of?





4. Submission Instructions.



Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – VRO Security Fence and Lighting. Please email to Andrea Smothers, Contracting Officer, at Andrea.K.Smothers@usace.army.mil and Joseph Jarvis, Contracting Specialist, at Joseph.B.Jarvis@usace.army.mil before 3:00 pm Pacific Standard Time on 05 JAN 24.

Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and should include the following information:

a. Minimum Requirement: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.

b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled

Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).

c. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.

d. A description of work performed under similar project constraints and challenges listed under paragraph 3.

e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):

• To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:

Project Title

Contract Number

Contract award date

Customer name, phone number and

email address

Prime or Subcontractor

Initial contract dollar value

Final contract dollar value

Initial contract completion date

Final contract completion date

Customer satisfaction

The Government may verify information in CPARS or PPIRS.

f. Firm's Joint Venture information if applicable - existing and potential.

g. Firm's Bonding Capability in the form of a letter from Surety.

h. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)

i. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.





5. Disclaimer and Important Notes.

a. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted.

b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 22, 2023 08:25 am PSTSources 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 >