SOURCES SOUGHT
Y -- Bldgs 301-303, 305 Repair at Sierra Army Depot - Draft SOW
- Notice Date
- 2/14/2018
- 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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-18-S-0092
- Archive Date
- 2/22/2019
- Point of Contact
- Karen D. Scott, Phone: 9165577109
- E-Mail Address
-
Karen.Scott@usace.army.mil
(Karen.Scott@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW W91238-18-S-0092 This is a SOURCES SOUGHT NOTICE for 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 Karen D. Scott at karen.scott@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 the installation of LED street lights, wall pack LED light fixtures, and weatherization features in/around specific building doorways, windows, and roofs. 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 to indicate their interest in the project; 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 near the end of April 2017. In accordance with FAR 36.204, the estimated value of the resulting contract is expected to be $15-20M with an estimated duration of 720 days or less. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 236220, the size standard is $36.5 million, and the Federal Supply Code is Z2QA Commercial and Institutional Building Construction. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Contractor shall perform rehabilitation work for Buildings 301, 302, 303 and 305 as stated in this Statement of Work (SOW). Each warehouse is approximately 86,580 square feet and 16'-1" high and are of similar layout and construction. One half of the interior of each building will be available at a time during construction - i.e. Contractor can perform tasks on Buildings 301, 302, 303 and 305 concurrently, but only half of each building's interior will be available to the Contractor. Contractor shall coordinate work on north and south areas of warehouse with COR. SIAD will relocate items to clear construction area. Office space will not be relocated. Building 301 tasks include replacement of building siding and miscellaneous interior tasks; provide and install exterior guard rails; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; replace or fill in existing sliding cargo doors; and perform structural repairs. Building 302 tasks include replacement of building siding and miscellaneous interior tasks; replace windows; provide and install exterior guard rails; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; and replace or fill in existing sliding cargo doors. Building 303 tasks include replacement of building siding and miscellaneous interior tasks; replace windows; provide and install exterior guard rails; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; replace or fill in existing sliding cargo doors; and perform structural repairs. Building 305 tasks include miscellaneous interior tasks; repair exterior concrete docks and ramps; remove fluorescent lights and install LED lights; and perform structural repairs. *Attached is the draft SOW. If a firm is interested in one to three buildings versus all four buildings, it should specify which and provide experience similar to what the building needs repaired. The firm should show bonding capacity appropriate for the portion of the job it is interested in. *USACE is considering issuing one solicitation but awarding up to four awards from that one solicitation. Therefore, a contractor may be able to be awarded one building or all four buildings. It may issue four different solicitations and four awards. Therefore, it is important for USACE to know the level of interest for each building so we know how to plan. 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 10 pages. 1) Offeror's name, DUNS#, 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 contracts 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 socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture 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. Please ensure that all information is submitted as one (1) document. 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, etc., 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 may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on 21 Feb 18. Submit response and information through email to: karen.scott@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-S-0092/listing.html)
- Place of Performance
- Address: Sierra Army Depot, Herlong, California, United States
- Record
- SN04822725-W 20180216/180214231241-78df5effcc7d4474cc115f382140e9dc (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 |