SOURCES SOUGHT
Y -- ACCESS ROAD/PARKING LOT PAVING AT CALEXICO BORDER PATROL STATION, CALEXICO, CALIFORNIA
- Notice Date
- 3/2/2016
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
- ZIP Code
- 90017-3401
- Solicitation Number
- W912PL-16-D-0010
- Point of Contact
- Patricia B Bonilla, Phone: 213-452-3255, Tom E. Koponen, Phone: 213-452-3247
- E-Mail Address
-
Patricia.B.Bonilla@usace.army.mil, tomas.e.koponen@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, tomas.e.koponen@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Access Road/Parking Lot Paving at Calexico Border Patrol Station, Calexico, CA This is a SOURCES SOUGHT announcement; a market research survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation. The purpose of this Market Research and Sources Sought Notice is to gain knowledge, interest, capabilities and qualifications of potential qualified firms, including Small Businesses, 8(a), Women Owned, Economically Disadvantaged Women Owned, Hubzone, and Service Disabled Veteran owned firms. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The U.S. Army Corps of Engineers - Los Angeles District has been tasked to solicit for and award the construction of a paved access road and a paved parking lot at the Calexico Border Patrol Station (BPS) Calexico, California. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using "Lowest Price, Technically Acceptable" process. The government intends to issue a solicitation FAR 15, Negotiated Procurement using "lowest price, technically acceptable; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The Government is seeking qualified, experienced sources capable of performing all labor, supervision, tools, materials, parts, equipment, transportation, bonding, licenses, permits, certifications and management necessary to pave the access road over the existing dirt/gravel access road and all associated utility infrastructure as well as paving the entire developed parking area, to alleviate the existing dust control mitigation condition, at the Calexico BPS. In accordance with FAR 36, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. The estimated duration of the project is 120 calendar days. The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $36,500,000.00. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform [at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. - This applies to NAICS 237310. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 12 May 2016, and the estimated proposal due date will be on or about 14 June 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 4:30 pm PST on 16 March 2016. All interested firms must be registered in www.sam.gov to be eligible for award of Government contracts. Mail, or email your response to Patricia.B.Bonilla@usace.army.mil AND Tomas.E.Koponen@usace.army.mil [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-D-0010/listing.html)
- Place of Performance
- Address: Calexico, California, Calexico, California, United States
- Record
- SN04037215-W 20160304/160302235208-889e4464cb10680f1c0b6f01c9f9076b (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 |