Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOURCES SOUGHT

Y -- Design-Build (D-B) Xeriscaping and Passive Irrigation

Notice Date
12/20/2012
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-13-S-0355
 
Response Due
1/11/2013
 
Archive Date
2/18/2013
 
Point of Contact
Samantha Plank, 916-557-5193
 
E-Mail Address
USACE District, Sacramento
(samantha.e.plank@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Samantha Plank at Samantha.E.Plank@usace.army.mil. 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 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Design-Build (D-B) Xeriscaping and Passive Irrigation contract. 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 in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in February 2013. The estimated cost range according to the FAR 36.204 is between $1,000,000 and $5,000,000. The NAICS Code is 237110, the size standard is $33.5 million, and the Federal Supply Code is Y1PZ, Construction of Other Non-Building Facilities. The duration of the project is approximately 210 calendar days. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1, the contractor shall perform on the site, and with its own organization, work equivalent to at least 25 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The work consists of the design and construction to replace existing irrigated lawns which require irrigation with drought-resistant native species (Xeriscaping) which require very little to no irrigation after the first three to five years of root establishment. Install a passive irrigation system at selected athletic field to replace potable water irrigation system. System will rely primarily on rain-water caught on and around the field and stored in the underground sand medium and, if needed, with gray-water, storm-water, condensate water, or temporarily with potable water. Included are a temporary drip irrigation system, temporary deer fencing, and approximately 11,250 SF of turf. The project includes development of design deliverables for review (60% & 90% submittals plus backcheck processes), design deliverables for all necessary and appropriate landscape-architectural and engineering disciplines including construction, grading, relocation/protection of utilities, utility service connections and runs as appropriate, landscape and irrigation systems, signage, and all necessary features to yield a safe, complete, and useable facility for its intended use. Project will be located on the premises of the Presidio of Monterey and Ord Military Community. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 15 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your 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. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture or Teaming Arrangement information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company'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. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation 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 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 will not be considered. PASSIVE IRRIGATION SYSTEM The work requires the use of a passive irrigation system to irrigate turf year-round without the need to supplement with potable water and must include the following features: 1) Low/no maintenance, stand-alone; 2) Installed preferably below the turf surface or within architectural enclosure (aesthetic reasons); 3) Capable to collect and store rainwater, storm-water, and/or grey-water; 4) Capable to passively water turf during periods of dry weather in the Monterey, CA area (Presidio of Monterey - Ord Military Community); 5) Does not rely on added potable water; 6) Capable to water areas the size of less than a quarter acre to a full size athletic field; 7) Provide even watering across field for even growth and color of turf; 8) Use no electrical power; 9) Include a manufacturer's warranty; and 10) Features/functions should offer a solution to their need to reduce water consumption on the installation. The purpose of this notice is to gain knowledge of systems with similar features/functions as the Firestone SP Epic System. Any commercial brochures or currently existing marketing material may be submitted. Submission is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This notice 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. Please notify this office in writing by email or mail by 4:00 PM Pacific Time on January 11, 2013. Submit response and information to: Samantha Plank (Samantha.E.Plank@usace.army.mil) or Samantha Plank, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-S-0355/listing.html)
 
Record
SN02952849-W 20121222/121220234502-afbd1ba2e578bbdc607bd66dad6f76b5 (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.