PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM.
The information received will be used within Presidio of Monterey NETCOM, Presidio of Monterey, California, to facilitate the decision-making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation.
Presidio of Monterey NETCOM, Presidio of Monterey, California is seeking current relevant experience, personnel, and capability to replace the existing rectifier/inverter power system, install batteries and cabling in Building 343 on Presidio of Monterey (POM) while utilizing the existing power infrastructure, to meet all applicable codes, UFC 3-501-01 Electrical Engineering, and the current load demand.
NOTE: Computer-room air conditioning (CRAC) units need to be included in the design and construction and within the enclosed room to maintain the required operating temperature of the communications equipment within the proposed computer room. The proposed computer room shall comply with Unified Facilities Criteria and all other applicable laws, regulations, and codes. The work to be performed under this contract will be within the North American Industry Classification System (NAICS) code is 238210 (Wiring Installation Contractors), with a corresponding Size Standard of $45 million. The proposed contract will be through the completion of the projected estimated at 90 calendar days after delivery of contract. The disclosure of the magnitude of this project is provided in accordance with FAR Subpart 36.204 and is estimated between $250,000 and $500,000.
Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). Please include the following information:
- Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable. For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/.
- Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.
- Experience: Submit a maximum of 3 government or commercial contracts/projects your firm has completed in the last 3 years demonstrating your experience in specific skills in performing removal and installation of new rubber tile flooring and interior walls painting, Project Management and Quality Assurance.
For each of the contracts/projects submitted, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including two points of contact, phone number, and email address.
E-mail file may not be larger than 3 Mega Byte (MB). Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired.
Responses to this sources sought synopsis should be forwarded to the attention of Robert Parvin MICC-Fort Leavenworth, please email your response to usarmy.leavenworth.acc-micc.mbx.construction@mail.mil. One copy of the submittal package is due no later than 1:00 PM (Pacific Standard Time) on Wednesday, 07 May 2025.