SOURCES SOUGHT
Z -- Toad Suck Project Office Renovations & Additions, Faulkner County, AR
- Notice Date
- 5/24/2016
- 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, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
- ZIP Code
- 72203-0867
- Solicitation Number
- W9127S-16-R-0012
- Archive Date
- 8/31/2016
- Point of Contact
- Marcus D. Mitchell, Phone: 5013401253
- E-Mail Address
-
marcus.d.mitchell@usace.army.mil
(marcus.d.mitchell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS Toad Suck Project Office Renovation & Additions, Faulkner County, AR This is a SOURCES SOUGHT announcement; a market 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 not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a requirement that consists of the renovation of the existing project office at Toad Suck and a new 850 Square Foot Addition. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Contracting by Negotiations. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, 8(a), HUBZone, SDVOSB, & WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing work that includes the renovation of existing 1300 sf building and a new 850 sf addition to the building with a 200 sf connecting atrium between the two. The entire building (existing and new) will be under a new roof to be constructed as part of this project. The renovations to the existing building include painting, flooring, electrical lighting, and data outlets; plumbing is not anticipated with renovation. The new addition will require HVAC and electrical, but no water or sewer. Project will require a new 400 amp electrical panel to supply 200 amp service to both the new addition and the existing building. Relocation of adjacent sidewalks and flagpole as well as clearing of 2 large trees will be part of the site construction. The Toad Suck Project Office was constructed in 1980. The exterior material is wood framed, brick facing, & asphalt shingles. The work required on the interior of the existing building includes carpeting of 3 offices and miscellaneous repairs. The interior of the new addition will include 4 offices, storage room, mechanical room, electrical room, and a small atrium. Asbestos & lead paint abatement will not be required. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $500,000 and $1,000,000. Estimated duration of the project is 365 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000 The Standard Industrial Code is 1542 and The Federal Supply Code is Z2AZ. 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 specialty construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about June 15, 2016, and the estimated proposal due date will be on or about August 15, 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 contracts with a similar scope, 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 - LB, SB, 8(a), HUBZone, SDVOSB, 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 10:00 am on 7 June 2016. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Marcus Mitchell, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, marcus.d.mitchell@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-16-R-0012/listing.html)
- Record
- SN04127538-W 20160526/160524234918-ee37b239b47753bae276251c3ecc4a7f (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 |