SOURCES SOUGHT
Z -- Vehicle Maint Facility, Rio Grande City, TX
- Notice Date
- 10/25/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, 77553-1229, United States
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-13-S-0001
- Archive Date
- 12/31/2012
- Point of Contact
- Angela Zahid, Phone: 409-7663849, Maria E Rodriguez, Phone: (409)766-6331
- E-Mail Address
-
angela.zahid@usace.army.mil, maria.e.rodriguez@usace.army.mil
(angela.zahid@usace.army.mil, maria.e.rodriguez@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought No. W912HY-13-S-0001 Project Title: RIO GRANDE CITY BORDER PATROL STATION, VEHICLE MAINTENANCE FACILITY. This is not a Solicitation Announcement and is not a Request for Proposals; THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE; and does not obligate the Government to any contract award. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA) certified: 8(a), Hubzone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Small Business firms relative to the North American Industry Classification Code (NAICS) 236220. The Small Business Size Standard is $33.5 million. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision about soliciting this project as either a competitive Set-Aside for Small Business firms, Service Disabled-Veteran Owned firms, 8(a) firms, or HubZone firms; or to proceed with full and open competition as Unrestricted. Project Information: General - The project consists of an expansion to an existing Vehicle Maintenance Facility (VMF) and the relocation of an existing Fuel Island with electronic fuel management system. The VMF expansion will consist of the addition of four bays, a lube room and a machine shop. Additional modifications to the existing VMF include the addition of a restroom, relocation of existing break room and electronic equipment and storage room. Contractor experience must include CCTV security systems, HVAC, fire suppression systems, structural systems, complex electrical systems, lubrication and used oil/coolant collection systems, air operated piston pump dispenser systems, specialized VMF operations equipment, emergency power, telecommunications & data systems, National Electric Code (NEC) hazardous areas construction and adherence to all code requirements. Must also have specialized experience in diesel/gasoline fueling systems with electronic leak detection and inventory monitoring system and EPA requirements. Experience with construction of sanitary sewer systems and extensive site and utility work are required as well. The Following information is requested: 1. Name of the Firm w/address, phone, fax, email address, and point of contact 2. Indicate whether your firm will submit a bid for this project, if the project is set-aside for 8(a), Hubzone Small Business, Service-Disabled Veteran-Owned Small Business, or Small Business. 3. Hubzone and 8(a) firms must provide a copy of your Federal SBA certification. 4. Provide a list of subcontractors you propose to use. List the company name, address, Federal (SBA) business size and their specialty. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. 5. Submission Requirements: Describe the three most recent projects that demonstrate the Firm's capability to perform the work described above. Include the contract number, project location, description of work, and a point of contact and phone number for each effort. Contractors are required to be registered with System for Award Management (SAM) prior to award. Information concerning SAM registrations is located at www.sam.gov. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the government make the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact Ms. Rhonda Brown, Project Manager at 409-766-3157. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by email to: Ms. Angela Zahid, at angela.zahid@usace.army.mil AND Ms. Maria Rodriguez at maria.e.rodriguez@usace.army.mil. Responses must be received no later than 2:00 P.M. central time, on 5 November 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-13-S-0001/listing.html)
- Place of Performance
- Address: BORDER PATROL STATION, RIO GRANDE CITY, Texas, United States
- Record
- SN02919195-W 20121027/121025233944-d4f1b0d5377817b29536c022271fb19d (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 |