Similar Projects
Port Angeles Marine Trades Center Building
New Construction, Renovation
Conception
$1,000,000 to $5,000,000 est. value
Port Angeles, WA 98363

RFQ Contractor - NRM Roof Project
Renovation
Conception
$500,000 est. value
Clarkston, WA

Triennial Electrical Distribution Testing and Maintenance
Term Contract
Design
Spokane, WA 99205

Hydronics System Flushing
Renovation
Design
$150,000 CJ est. value
Walla Walla, WA 99362

RFQ Contractor - Refurbish and Upgrade Elevators in Building 1 and 27
Renovation
Bidding
$80,000 CJ est. value
Spokane, WA 99205

RFQ Contractor - Operations and Maintenance Services at Jackson Federal Building and Federal Office Building
Term Contract
Bidding
Seattle, WA 98164

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Repair Building 09175, Permanent Party UH
New Construction
Post-Bid
WA

Building 09705 Maintenance Shop Repairs
Renovation
Results
$60,000 to $66,600 est. value
Camp Murray, WA

RFQ Contractor - Bil - Funded Market Survey for the Penn Cove Variable Omnidirectional Range Penn Cove Vor Infrastructure Repairs Project at Penn Cove
Renovation
Bidding
$300,000 CJ est. value
Coupeville, WA 98239

Washington National Guard - Multiple Award Task Order Contract (MATOC)
New Construction, Renovation, Term Contract
Post-Bid
Fairchild Air Force Base, WA

JBLM Pendleton Express Image Upgrade
Renovation - 7,296 SF
Bidding
$2,500,000 CJ est. value
Joint Base Lewis McChord, WA 98433

ASOG Complex
New Construction, Infrastructure - 71,600 SF
Post-Bid
$10,000,000 to $25,000,000 est. value
Camp Murray, WA

RFQ Contractor - Replacement of the Tactical Communications (TACCOM) Tower and Existing Shelter in Republic
Renovation, Infrastructure - 120 SF
Bidding
$575,000 CJ est. value
Republic, WA 99166

NUWC Building 82 - Storefront
Renovation
Post-Bid
$500,000 to $1,000,000 est. value
Keyport, WA 98345

Last Updated 03/31/2023 06:05 AM
Project Title

RFQ - FY24 Armed Forces Career Center Recruiting Offices Carpet Installation

Physical Address View project details and contacts
City, State (County) Seattle, WA 98164   (King County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $150,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

THIS A SOURCES SOUGHT NOTICE ONLY. THIS IS NEITHER A REQUEST FOR PROPOSALS (RFP) NOR A SOLICITATION. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AT THIS TIME. SEE ENCLOSURE. This market research tool is being issued for information and planning purposes only and is not to be construed as a commitment by the United States Army Corps of Engineers (USACE), implied or otherwise, to issue a solicitation or ultimately award a contract. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. The Government does not intend to issue a solicitation nor award a contract. This notice is a market research tool used to obtain information only, and to identify contractors who possess the capabilities to provide the services as specified below. USACE Seattle District (CENWS) is performing this market research to aid in evaluation or development of its acquisition approach. Upon review of industry response to this Sources Sought Notice, the Government will evaluate its acquisition approach. Respondents will not be notified of the results of the Government's evaluation. USACE CENWS is seeking to identify all contractors with the ability, experience, and interest in being considered to provide carpet installation and related services as described below in Fiscal Year 2024, beginning on October 1, 2023 and ending on September 30, 2024, in military recruiting offices. USACE CENWS currently leases approximately one hundred (100) Armed Forces Career Centers throughout the states of Idaho, Montana, Oregon, and Washington in support of the Department of Defense Joint Recruiting Facilities Program. Each fiscal year approximately ten to twenty offices within those states need installation of new carpet and base cove. Work will be located in the USACE CENWS Areas of Responsibility (AOR) to assist in (1) replacing the carpet and base cove and (2) moving furniture and ballistic panels as necessary to accomplish the work. Requested date of completion is September 30, 2024. Should a solicitation develop upon completion of market research, it is anticipated that it would consist of a base period of performance of one fiscal year. The anticipated aggregate total of work to be issued over the period of performance is $50,000.00-$150,000.00. The applicable North American Industry Classification System (NAICS) code for this procurement is NAICS 236220, Commercial and Institutional Building Construction, with a size standard of $45M. The applicable Product Service Code (PSC) is identified as Z2JZ, Repair of Alteration of Miscellaneous Buildings. Note that this Sources Sought Notice will not result in any award from the Government. The Government intends to evaluate its acquisition approach based on market response. Further, note that the Government has no authority to select or award a certain contractor but can only forward or recommend bids or information to building owners for consideration. The Government may elect not to recommend any contractors identified from this notice or merely submit all information it received to building owners for consideration. Building owners may elect to use their own contractors or subcontractors. USACE CENWS is searching the marketplace for companies that are capable of providing professional carpet installation services, which includes provision of all labor, management, supervision, tools, materials, and all equipment and services necessary to perform the work described herein. The primary tasks anticipated under this contract include replacement of carpet and base cove and moving furniture and ballistic panels as necessary to complete the work. A ballistic panel has an estimated weight of approximately 300 pounds and is secured to the ground with bolts. All ballistic panels must be secured to the ground after the work is complete. Services provided will require the contractor to have extensive experience and knowledge in the following area: Carpet replacement. The requested work is within classified facilities and is exposed to classified information that will require an on-site personnel to be present at all times when the work is being performed. Accordingly, all work must be completed between the hours of 0900 and 1700. The specified work will include, but not limited to: Replace carpet. Each military recruiting office typically consists of an open area, testing room, and storage room. New carpet is needed in the open areas and testing rooms; Replace base cove. New base cove is required only in the areas where new carpet is being replaced; Move furniture and ballistic panels as necessary to accomplish the work described above. Personal property and computer/IT equipment will be moved by on-site personnel. Furniture to be moved will include, but not limited to, cubicles and desks. Submittal Requirements: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating the ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to perform the defined work. Please note that your submittal must not exceed ten (10) single-sided pages. Pages in excess of the ten (10) page requirement will not be considered, and only the first ten (10) pages will be considered. You are highly encouraged to use the enclosed form. Alternatively, you may submit your own form including all information requested below. Submit your completed responses no later than 11:59 p.m. Pacific Standard Time on June 30, 2023 via email to Realty Specialists Rora Oh at Rora.Oh@usace.army.mil and Ryan Maas at Ryan.J.Maas@usace.army.mil, or mailing address U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-RES, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388. Identify in the subject line of your response: "FY24 Recruiting Offices Carpet Installation Sources Sought". The Government is not obligated to and will not pay for any information received from the potential sources as a result of this notice. Information received as a result of this sources sought will become part of the Government's market research to determined interest and capability of potential sources. By responding to this notice, you agree that in fiscal year 2024 your submittal may be shared with buildings owners to receive consideration for competition in your Delineated Area where you are willing to provide the services. Your submittal documentation shall include, at a minimum, the following: Company Profile. To include: (1) full name and address of the company; (2) year firm was established; (3) name of one principal (including title, telephone number, and email address); (4) copy of any certifications (if 8(a) or HUBZone certified, provide the SBA Business Opportunity Specialist name and phone number assigned); (5) identify the size status of your firm (small or other than small), and if small, identify any sub-categories of small business for which you qualify (i.e., WOSB, EDWOSB, SDB, VOSB, SDVOSB). If you firm is a Small Business, indicate whether you are capable of complying with FAR 52.219-4 Limitations on Subcontracting, wherein at least 15 percent of work must be performed by the Small Business prime contractor. If your firm is a large business, indicate what percentage of the work would you estimate can be subcontracted to a small business. Indicate whether you are 8(a) or HUBZone certified; (6) confirm whether you are licensed and bonded in Idaho, Montana, Oregon, or Washington; (7) Delineated Area where you are willing to provide the carpet installation services (e.g., "all of Idaho" or "North: U.S.-Canada border; South: Southern border of Oregon; West: city limits of Seattle; East: Helena, Montana"); (8) indicate whether you will charge for travel or gas expenses, and if so, the cost per hour or cost per mile; and (9) (optional) indicate if the firm is registered in the System for Award Management (SAM) database, include Unique Entity Identification (UEI) Number. Note: SAM registration is optional and not required for this submittal. Relevant Experience. Include information on recent past projects that best illustrate your qualifications to perform the various services listed above. List up to five (5) projects performed within the last five (5) years that best illustrate your qualifications to perform the various services listed above. Some examples of past projects may include military recruiting offices. However a contractor's lack of experience relating to military recruiting offices shall not be a disqualifying factor. For each past project, provide summary of the contract work and period of performance (month and year). Additional Information. If any, that the responders believe is relevant. Questions or requests for additional information regarding this notice may be addressed in writing only to Realty Specialists Rora Oh and Ryan Maas at the addresses above. Answers to questions about this sources sought announcement will be made available to all responders. SUBMISSIONS ELECTRONIC OR MAIL MUST BE SENT TO THE OFFICE NO LATER THAN 11:59 P.M. PST ON JUNE 30, 2023. LATE RESPONSES WILL NOT BE ACCEPTED. NOTE: The Government reserves the right to cancel this notice at any time. The Government is not responsible for any costs incurred in order to participate in this process. All information submitted is at the responders' own expense. Any recommendations or suggestions provided in response to the market research questionnaire/requests for information may be utilized without any restrictions whatsoever or cost to the Government. SUBJECT TO RECEIPT OF FUNDING: Funds are not presently available for this effort. No award will be made under this notice until funds are available. The Government reserves the right to cancel this notice, either before or after the closing date for receipt of submittals. In the event the Government cancels this notice, the Government has no obligation to reimburse interested parties for any cost. We appreciate your interest and thank you for responding to this notice. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents