SOURCES SOUGHT
Z -- ENERGY CONSERVATION IMPROVEMENT PROGRAM (ECIP) FOR REPAIR/RETROFIT LIGHTS MULTIPLE BUILDINGS, EDWARDS AFB, CA. PHASE 3
- Notice Date
- 5/3/2018
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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
- W912PL18S0021
- Point of Contact
- EDWIN R. RACKLEY, Phone: 2134523309, Lucia A. Carvajal, Phone: 213.452.3240
- E-Mail Address
-
edwin.r.rackley@usace.army.mil, lucia.a.carvajal@usace.army.mil
(edwin.r.rackley@usace.army.mil, lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement for market survey information only, it will be used by this agency for preliminary planning purposes. No contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U.S. Army Corps of Engineers has been tasked to solicit and award a contract for: Replacing/retrofitting all existing lighting systems in interior offices and administrative areas, industrial/maintenance shop areas, aircraft parking, service hangar areas and overhang areas, break rooms, restrooms, storage areas, building exterior wall mounted and parapet mounted fixtures with new energy efficient Light Emitting Diode (LED) lighting system. This replacement/retrofitting will be done for 31 buildings at Edwards Air Force Base. All new fixtures shall be energy efficient LED type that are listed by the Design Light Consortium (DLC) and approved by Southern California Edison (SCE). This contract will also include conducting a lighting layout with photo metrics. In accordance with FAR 36.204, the estimated construction price range for this project is between $1,000,000.00 and $5,000,000.00. The total contract performance period is 365 days. The purpose of this Sources Sought Notice is to gain knowledge of the experience and qualification of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone, 8(a), Women-owned, Economically Disadvantage Women-owned, and Service Disabled Veteran owned firms. The type of set-aside decision will depend upon the public's response to this notice. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 238210 Electrical Contractors and Other Wiring Installation Contractors, which has a small business size standard of $15,000,000.00. Small Businesses are reminded that under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 25 % of the cost of the contract, not including the cost of materials, with their own employees for Construction by Special Trade Contractors. The anticipated solicitation issuance date is on or about 31 July 2018. 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. Minimum capabilities required include, previous experience on projects similar to the magnitude and complexity of this project. Firm's response to this Sources Sought Notice shall be limited to 8 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). 4. Description of capability to perform the proposed project. Manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts. Ability for US citizens to be able to access the base. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) 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 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 range from $1,000,000 to $5,000,000. Additionally, one (1) project must have occurred on a military installation. Responses should be submitted to Edwin Rackley Contract Specialist and Lucia Carvajal, Contract Specialist, via US Mail or overnight courier to U.S. Army Corps of Engineers, Los Angeles District, Contracting Division, c/o Edwin Rackley and Lucia Carvajal, 915 Wilshire Blvd., Suite 930, Los Angeles, CA 90017. Electronic transmittal of your submittal is preferred to Edwin.r.rackley@usace.army.mil and lucia.a.carvajal@usace.army.mil. Submittals are due no later than June 5, 2018. Submittals will not be returned. Telephonic responses or email 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/W912PL18S0021/listing.html)
- Place of Performance
- Address: Edwards Air Force Base, Edwards, California, 93523, United States
- Zip Code: 93523
- Zip Code: 93523
- Record
- SN04909666-W 20180505/180503230731-8971057b5b3ab3c481654f5b54caf31f (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 |