SOURCES SOUGHT
Y -- The Sacramento District of the U.S. Army Corps of Engineers has an upcoming project for the New Family St Johns Housing, which will be performed at Dugway Proving Grounds in Utah with an estimated magnitude range of $3 to $5 Million.
- Notice Date
- 4/8/2008
- Notice Type
- Sources Sought
- NAICS
- 236116
— New Multifamily Housing Construction (except Operative Builders)
- Contracting Office
- US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-08-S-0067
- Response Due
- 4/16/2008
- Archive Date
- 6/15/2008
- Point of Contact
- DAVID DALE ROBBINS, 9165575367
- Description
- Y CONSTRUCT MULTIFAMILY HOUSING "Synopsis - Posted on Apr 8, 2008 General Information Document Type: Sources Sought Solicitation Number:W91238-08-S-0067 Posted Date:Apr 8, 2008 Original Response Date:Apr 16, 2008 Current Response Date:Apr 16, 2008 Original Archive Date:Apr 16, 2008 Current Archive Date:Apr 16, 2008 Classification Code:Y -- Construction of structures and facilities Naics Code:236116 -- Housing, multifamily, construction general contractors Contracting Office Address US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814. Description THIS IS A SOURCES SOUGHT NOTICE ONLY. It is a follow on to the March 05, 2008 W91238-08-S-0066 posting. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is W91238-08-S-0067. The Sacramento District of the U.S. Army Corps of Engineers, solicits for Capability Statements from qualified and interested parties with who are either 8(a) firms, Service Disabled Veteran Owned Small Business-firms, and HubZone small business firms, to participate in a design and build construction solicitation for New Family St Johns Housing Dugway Proving Grounds in Utah. The 2002 NAICS Code for the proposed acquisition is 236116, Commercial and Institutional Building Construction, and the small business size standard is $31.0 Mil. Federal Supply Code is Y161, Construct/family housing. Under FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive 8(a), Service Disabled Veteran Owned, or HubZone Small Business, or Unrestricted. This project is to demolish eleven existing duplexes in the St Johns Housing area. Existing duplexes contain asbestos and lead base paint. There will be nine newly constructed 3-Bedrooms, 2-Bath, 2000 gross sq ft single story single family homes with garage on those lots where the demolished buildings were; match existing exterior siding and roof-types. Additionally, there will be two 20-car parking lots on the remaining lots and installation of curb, gutter and sidewalk where needed. All utilities are to be underground. Refrigerator, oven, stove is to be furnished. There will be a non-electrical energy requirement for propane. Construction is to be completed within 365 calendar days. Interested contractors must submit the following in response to this Sources Sought notice: 1) Proof of bonding capacity in the amount of at least $5M; documentation must be in the form of a statement from the contractors bonding company identifying both the per contract and aggregate bonding limits; 2) Verifiable experience and description (i.e., previous projects, dates, self-performing effort and dollar amount) of performing construction of single family housing on either commercial land or federally operated government installations with demolition and abatement efforts. If only have experience constructing single family housing on commercial land, provide a construction project done on a federally operated military installation. The estimated solicitation issuance dates is end of April, 2008; 3) How you will manage work in accordance with FAR 52.219-14(b)(3), Limitation on Sub-contracting: General Construction(The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials), and 4) statement if you will or will not be able to submit a proposal. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys 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. Submission of Capabilities statement is not a prerequisite to any potential future offerings, butparticipation will assist the Corps of Engineers 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 Service Disabled Veteran, 8a, or HubZone firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to BOTH David Robbins and Gregory Tom at David.D.Robbins@usace.army.mil AND Gregory.L.Tom@usace.army.mil. Responses must be received no later than April 16, 2008 by 5 pm, PST.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=999219081702265a6e05699bd66d45ab&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN01550084-W 20080410/080408223508-999219081702265a6e05699bd66d45ab (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |