SOURCES SOUGHT NOTICE ENGINEER REPAIR YARD PROTECTIVE WELDING COVERALLS AND WEEKLY LAUNDERING SERVICE
This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award.
The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to provide all labor, materials, and services to provide the U.S. Army Corps of Engineers, Wilmington District Engineer Repair Yard with Protective Welding Coveralls and Weekly Laundering Services for a period of up to 5-years.
The Contractor shall provide (15) pairs of properly sized, fire-resistant protective coveralls with full frontal zippers for each Welder (currently 3) to protect against Hexavalent Chromium Exposure. The initial delivery of the protective coveralls shall occur within the first (30) days of contract award. A container shall be provided by the Wilmington District Engineer Repair Yard (ERY) and placed in the Welding Shop for the collection of contaminated coveralls for weekly servicing. There shall be (52) weeks of laundering services, to consist of a weekly check, removal of all contaminated coveralls and replacement with an equal number of clean coveralls. The Contractor shall deliver cleaned coveralls within (7) days from the pick-up date. The procedures and records used for receiving coveralls shall be conducted and recorded in a manner as to ensure proper processing and return of coveralls to each originating employee. The Contractor shall record the number of pieces picked up and delivered on a delivery ticket, and the receiver shall count quantities and sign the delivery ticket to verify receipt.
The Government also reserves the right to change the day and time for pick-up and delivery, as needed. The Contractor shall be notified by the Contracting Officer (KO), Contract Specialist (KS), Contracting Officers Representative (COR), or the Engineer Repair Yard Supervisor at least (24) hrs prior to the change. Pick-ups and deliveries that fall on a federal holiday shall be performed on the last business day, prior to the holiday.
Also, a separate contract line-item shall provide for the replacement of unserviceable coveralls, in the quantities noted below, for each year of the contract. The replacement of protective coveralls shall occur within (14) days of notification. All services provided for under this contract shall be bid to allow for up to (4) Welders (currently only 3 on staff).
All interested firms with 812332 as an approved NAICS code have until 30 June 2025 at 1400 EDT to submit the following information:
- Name & Address of your Firm
- Point of Contact (Name/Phone/E-mail)
- Current SAM
- Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.
- Evidence of capabilities to perform comparable work of Protective Coveralls and Weekly Laundering Service. The contractor must provide evidence of comparable work on two (2) recent projects greater than $10,000.00 in value (not more than seven (7) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.
- Firm's capability to perform, to include geographic span and project size.
- Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.
The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.
Responses to this Sources Sought Announcement will be used by the government to make appropriate acquisition decisions. All interested businesses, regardless of size should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity, details of similar projects, and the completion dates, references and contract amounts for the similar projects listed.
Narratives shall be no longer than 30 pages. The requested information shall be submitted electronically to:
U.S. Army Corps of Engineers
Attn: Rosalind M. Shoemaker and Shaun McKenna
E-mail: rosalind.m.shoemaker@usace.army.mil and shaun.m.mckenna@usace.army.mil
The email should be titled: Engineer Repair Yard Protective Welding Coveralls and Weekly Laundering Service
THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH.
Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner
All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.