All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.
Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for Real Estate Title Research Services and Escrow Services throughout Arizona, California, Nevada, New Mexico, New York and Utah. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The Government will ensure there is adequate competition among the potential pool of available contractors.
This project is planned for advertising in late February.
In accordance with FAR 13.5, Simplified Procedures for Certain Commercial Procedures, the estimated value of the resulting contract is expected to be more than the Simplified Acquisition Threshold (SAT) of $250,000.
The NAICS Code is 541922 - Commercial Photography, with a size standard of $7.5 million.
Under Federal Acquisition Regulation (FAR) guidelines 52.219-8, any 8(a) concern will be required to perform a minimum of 50.1% of the price of the contract.
PROJECT TITLE: TIME LAPSE PHOTOGRAPHY for The ISABELLA DAM SAFETY MODIFICATION PROJECT
The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the services as defined in the Performance Work Statement.
CAPABILITY STATEMENT
If a Capability Statement has been submitted in response to the original Sources Sought notice, additional response is not needed.
The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages.
1) Offeror's name, CAGE Code, DUNS#, address, point of contact, phone number, and e-mail address.
2) Offeror's interest in proposing on the solicitation when it is issued.
3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 3 years. Describe any self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 3 examples. If responding as a joint venture, provide at least 3 examples performed by the Joint Venture.
4) Offeror's socioeconomic type and business size (Small Business, HUB-Zone, Service Disabled Veteran Owned and/or Small Business, 8(a), Woman Owned Small Business (WOSB), etc.).
5) Offeror's Joint Venture information if applicable - existing and potential.
The Capabilities Statement for this sources sought is not expected to be a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the firm's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers-Sacramento District, in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among a specific socio-economic entity such as 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered.
Please respond by email no later than 10:00 a.m. Pacific Standard Time on Tuesday, 19 February 2019. Submit response email to: krista.o'[email protected]. Please courtesy copy krista.o'[email protected]. Please include the Sources Sought Number, W91238-19-0031, in the subject line.