SOURCES SOUGHT
Y -- Tw0-Phase Dsign Build, Flight-line Fire Station, Edwards Air Force Base, CA
- Notice Date
- 12/22/2016
- 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, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
- ZIP Code
- 90017-3401
- Solicitation Number
- W912PL-17-S-0001
- Archive Date
- 2/8/2017
- Point of Contact
- Lucia A. Carvajal, Phone: 2134523240
- E-Mail Address
-
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 has been tasked to solicit and award a Design Build contract for a new Flight Line Fire Station at Edwards AFB, CA, to include furnishing all equipment and materials and performing all labor and supervision. This project will design and construct an approximately 38,636 square foot single story satellite Fire Station with an attached 1,097 square foot single story Chemical Storage Room at Edwards Air Force Base. The project site development will include, but not limited to, site layout and grading, pavements for vehicle and fire apparatus access, site drainage system, reinforced cast-in-place concrete foundation, and relocation of existing groundwater monitoring wells. The proposed project will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. 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, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, ED/WOSB businesses are highly encouraged to participate. Large Businesses are also encouraged to reply to this sources sought notice. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(i), the estimated magnitude of construction price range for this project is: Between $10,000,000.00 and $25,000,000.00. Estimated duration of the project is 730 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000.00. 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. Should the acquisition be set-aside for the 8(a) program, 8(a) firms must 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 April 4th, 2017, and the estimated proposal due date will be on or about May 4th, 2017. 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 sources sought notice shall be limited to 5 pages and shall include the following information: 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) and NAICS code designations shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). Interested parties must demonstrate capability to bond a single project up to or in excess of $25,000,000.00. 4. Description of capability to perform the proposed Design Build project. Ability to manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on Design Build/Design Bid Build projects of similar scope and magnitude, describing no more than two (2) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years. The past performance information should include project title, location, general description of design-build and or/construction to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Projects examples MUST be more than $10,000,000.00 with AT LEAST one (1) of the project examples in excess of $20,000,000. Additionally, one (1) project examples must have been on a military installation. Interested firms must respond to this sources sought notice by January 24, 2017. All interested firms must be registered in SAM to be eligible for award of a Government Contract. Please submit your response to Lucia A. Carvajal, Contract Specialist., via US Mail or overnight courier to U.S. Army Corps of Engineers, Los Angeles District, Contracting Division, c/o Lucia Carvajal, 915 Wilshire Blvd., Suite 930, Los Angeles, CA 90017. Electronic submittal of your response is preferred to lucia.a.carvajal@usace.army.mil. Submittals will not be returned. Telephonic responses WILL NOT be honored. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-17-S-0001/listing.html)
- Place of Performance
- Address: Edwards Air Force Base, 222 North Rosamond Blvd., Building 3760, Edwards, California, 93523-0326, United States
- Zip Code: 93523-0326
- Zip Code: 93523-0326
- Record
- SN04359156-W 20161224/161222234954-613c15560d771cb23822ba4d064cb5ed (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 |