SOURCES SOUGHT
Y -- Presidio of Monterey Access Control Point Relocation and Improvement Project
- Notice Date
- 2/7/2020 9:29:23 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123820S
- Response Due
- 2/21/2020 10:00:00 AM
- Archive Date
- 03/07/2020
- Point of Contact
- John Wysocki, Gregory L. Treible
- E-Mail Address
-
John.Wysocki@usace.army.mil, Greg.L.Treible@usace.army.mil
(John.Wysocki@usace.army.mil, Greg.L.Treible@usace.army.mil)
- Description
- This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to: Construct access control point improvements and perform an access control point relocation for the U.S. Army Garrison - Presidio of Monterey (POM), in Monterey, California. Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in MAY 2020 The Government intends to award a Firm Fixed Price contract with an estimated period of performance (POP) of 12 Months. Actual POP will be provided with the issued solicitation.� In accordance with FAR 36.204(g) the estimated magnitude of construction is expected to be between $5M - $10M. The NAICS Code is 236220 (Commercial and Institutional Building Construction), the size standard is $39.5M, and the Federal Supply Code is Y1JZ (Construction of Miscellaneous buildings). � GENERAL SCOPE: � This requirement involves the installation of canopies, automatic remote gates, bollards, tire spikes, speed humps and over watch positions for the Bolio, Franklin, Taylor and Lower Access Control Points of the POM.� This requirement also includes the relocation of the Sharpe guard shack from the Sharpe gate entrance, to the Infantry gate entrance. Prior to construction activities, the contractor would be required to provide several submittals which may include: project material specifications, pre and post construction surveys, project schedules, an accident prevention plan, emergency action plan, activity hazard analysis, worker�s certifications, air and water quality control plans, and record drawings.� The solicitation and resulting contract will reflect all required submittals. All submittals will be reviewed and approved by USACE as required by the contract. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market 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 experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s 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. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. 5) Written narrative of the contractor�s administrative capabilities to autonomously prepare and submit required professional quality submittals as alluded to in the general scope above. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 10am Pacific Time on Friday, 21 February 2020. Submit response and information through email to: john.wysocki@usace.army.mil. Please include the Sources Sought No. W9123820S0017 in the subject line. Late responses would not preclude a contractor from bidding or proposing. However, the Government may not be able to consider late responses in determining its acquisition strategy.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7ef0f16cde5241e1a8a8a6c2c3abeb8e/view)
- Place of Performance
- Address: Monterey, CA 93944, USA
- Zip Code: 93944
- Country: USA
- Zip Code: 93944
- Record
- SN05555008-F 20200209/200210120633 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |