Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2011 FBO #3415
SOURCES SOUGHT

Y -- Construction Services, Addition and Alteration of Building 243 at Kingsley Field Air National Guard, Klamath Falls, Oregon

Notice Date
3/30/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-11-B-0001
 
Response Due
5/1/2011
 
Archive Date
6/30/2011
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement, a market survey for written information only. The sources sought does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the government to issue an contract or otherwise pay for the information solicited. This notice is for planning purposes only. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions in accordance with Federal Acquisition Regulation (FAR) part 19. The United States Property and Fiscal Office for Oregon is issuing a Sources Sought to identify potential Small Business (to include Small Disadvantage, Service Disable Veteran Owned, Certified HUBZone) sources that can demonstrate relevant qualifications, experience, personnel and the capability to perform as a prime contract on proposed project Add / Alter Building 243 for Shadow Unit located on the Kingsley Field Air National Guard Base in Klamath Falls, Oregon. The proposed scope of work for this potential project includes, but is not limited to the contractor providing all plant, labor, materials, tools, appliances, equipment, services, fuel, transportation, supervision and management required to complete construction of the addition and alteration of Building 243 that includes 1) Replacing electrical system and components 2.) Replacing mechanical and plumbing systems 3.) Replacing interior and exterior walls 4.) Replacing roofing system 5.) Installing concrete foundation, sidewalks and interior slabs on grade 6.) Installing interior finishes. The magnitude of construction for this potential project is $1,000,000.00 - $5,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220. The small business size standard for this NAICS is 33.5 Million. Your attention is directed to Federal Acquisition Regulation Clause 52.219-14(b) (3), which states "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees". This clause will apply to this project if set aside for small business. All interested concerns need to provide the USPFO for Oregon, in writing, a notice stating their positive intention to submit a proposal for this project as a prime contractor no later than May 1, 2011. The written notification, which shall not exceed 5-7 written pages, must include (1) positive statement of intent to respond to any future solicitation as a prime contractor; (2) Identification of firm with appropriate SBA certification/documentation (including DUNS/CAGE); where applicable, status of potential contractor will be verified via SBA PROnet; (3) A listing of projects, with synopsis, completed as prime contractor, or major sub-contractor which were completed during the past three years, both for government and private industry (emphasis on Federal Government projects), that are similar in complexity and dollar value to the proposed project, citing the percentage of self-performed work for prime contractor projects. The type of project, dollar value, contract number, location and point of contact are to be included. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. (5) Bonding capacity: Provide name of surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. Because the government reserves the right to set this acquisition aside for Small Disadvantage Businesses, HUB Zone firms, Service-disabled Veteran-owned Small Businesses and Small Businesses based on the responses it receives, it is preferred that firms respond with the required information for capabilities to be accurately evaluated and utilize the Sources Sought Information Form when answering this notice. Your response to this sources sought announcement must be received by 1 May 2011. Send your response to this sources sought via e-mail to jody.owens@us.army.mil. All proprietary information not to be disseminated in Government documents must be clearly identified. Respondents will not be notified of the results of the evaluation. No other information and or documentation is available for this potential acquisition from the USPFO for Oregon or the Kingsley Field Air National Guard Base.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-11-B-0001/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14350 Salem OR
Zip Code: 97309-5008
 
Record
SN02412942-W 20110401/110330234552-4c6d39546ddea660334cd1751721dedb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.