Agency: | DEPT OF DEFENSE |
---|---|
State: | South Dakota |
Type of Government: | Federal |
Category: |
|
Posted: | Aug 15, 2023 |
Due: | Aug 25, 2023 |
Publication URL: | To access bid details, please log in. |
THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.
DESCRIPTION:
U.S. Army Corps of Engineers, Omaha District plans to solicit offers for a Design-Bid-Build (DBB) (construction only) stand-alone firm-fixed-price type contract to construct one (1) Phase Maintenance Hangar at Ellsworth AFB. The U.S. Army Corps of Engineers (USACE), in accordance with FAR 6.302, intends to specify the following listed item as part of the construction contract. The project includes the sole-source procurement of brand name Electronic Security Systems (ESS). The anticipated brand name is Honeywell Vindicator for the Ellsworth AFB location. A sources sought was issued under Notice ID W9128F23SM021 by USACE. The intent of the approved J&A is to implement an installation standardization of ESS manufacturers to reduce overall costs and increase overall performance efficiencies.
This is not a formal solicitation or request for quote. This synopsis of intent is to give notice of the Government’s intent to use brand name requirements Honeywell Vindicator for ESS for the Phase Maintenance Hangar project at Ellsworth AFB and to receive any updates for market research purposes. Contractors who can provide the U.S. Army Corps of Engineers with the required services (compatible for Honeywell Vindicator equipment only) are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement.
Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency.
Responses will be shared with the Government and the project management team, but otherwise will be held in strict confidence.
Responses should be furnished electronically to the contacts listed below no later than 12:00PM CST, 25 August 2023.
With GovernmentContracts, you can:
...will be constructed via a design-build contract. The office remodeling will require modifying... ...
ENERGY, DEPARTMENT OF
Bid Due: 5/03/2024
...may range from $2,000.00 to $150,000.00 for construction only efforts (no design-build) on ...
Federal Agency
Bid Due: 2/15/2025