Arizona Bids > Bid Detail

Restore or Repair Historic Stone Walls, Fort Huachuca Historic District, Arizona

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159711863721770
Posted Date: Jul 26, 2023
Due Date: Aug 8, 2023
Solicitation No: Sources_Sought_PANAPG-23-P-0000-016071_Stone_Wall_Restoration
Source: https://sam.gov/opp/dd140c559a...
Follow
Restore or Repair Historic Stone Walls, Fort Huachuca Historic District, Arizona
Active
Contract Opportunity
Notice ID
Sources_Sought_PANAPG-23-P-0000-016071_Stone_Wall_Restoration
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
ACC-ABERDEEN PROVING GROUNDS CONTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jul 26, 2023 01:17 pm MDT
  • Original Response Date: Aug 08, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: 5620 - TILE, BRICK AND BLOCK
  • NAICS Code:
    • 238140 - Masonry Contractors
  • Place of Performance:
    Fort Huachuca , AZ 85613
    USA
Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES



INTRODUCTION



The Army Contracting Command-Army Proving Gound (ACC-APG) Huachuca Division is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to restore or repair up to four historic stone walls and drainages within or adjacent to the Fort Huachuca Historic District, a National Historic Landmark, to historic standards. These standards include restoration and/or repair of damaged stone masonry to match as closely as possible their historic form prior to modern impacts. The work shall be accomplished by a specialist in stone working. The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE



Location - Fort Huachuca, Arizona



% On-Site Government - 100%



% Off-Site Contractor - 0%



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



Fort Huachuca Environmental and Natural Resources Division (ENRD) has been designated to restore or repair up to four historic stone walls and drainages within or adjacent to the Fort Huachuca Historic District, a National Historic Landmark, to historic standards.



REQUIRED CAPABILITIES



The Contractor shall perform all travel, labor, equipment, suppliers, supervision, transportation, operating supplies, and incidentals necessary to complete the restoration and/or repair of damaged stone masonry, and other services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



SPECIAL REQUIREMENTS:




  • Secretary of the Interior’s Standards for the Treatment of Historic Properties: Rehabilitation as a Treatment and Standards for Rehabilitation.

  • National Park Service’s Preservation Brief #2: Repointing Mortar Joints in Historic Masonry Buildings

  • Section 110 of the National Historic Act of 1966

  • Archaeological Resources and Protection Act

  • AR 200-4 (Sections 2-3 and 2-4)

  • Occupational Health and Safety Standard, OSHA 29 CFR Part 1910 (specific attention to section 33): https://www.osha.gov/laws-regs/regulations/standardnumber/1910

  • Berry Amendment

  • Davis Bacon Act



ELIGIBILITY



The applicable NAICS code for this requirement is 238140 Masonry with a Small Business Size Standard of $19,000,000.00. The Product Service Code is 5620. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 08 August 2023,12:00 PM Arizona Time. All responses under this Sources Sought Notice must be e-mailed to Karen E. Billick at karen.e.billick.civ@army.mil and Elizabeth Ferro at elizabeth.ferro.civ@army.mil.



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.



6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, EIN, etc.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



The estimated period of performance consists of a base option period of 18 months with no options with performance commencing on 01 September 2023.



The contract type is anticipated to be firm-fixed price.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Davis Bacon Act or a collective bargaining agreement.



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Contracting Officer Karen E. Billick and Contract Specialist Elizabeth Ferro, in either Microsoft Word or Portable Document Format (PDF), via email karen.e.billik.civ@army.mil and elizabeth.ferro.civ@army.mil .



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist 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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTING BLDG 2208
  • FORT HUACHUCA , AZ 85670-2748
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 26, 2023 01:17 pm MDTSources 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 >