SOURCES SOUGHT
Z -- Z--MSCP - Laguna Field Office Building Renovation
- Notice Date
- 8/21/2020 11:50:46 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3020R0032
- Response Due
- 9/18/2020 12:00:00 AM
- Archive Date
- 11/30/2020
- Point of Contact
- Berry, Kathleen (Kathy)
- E-Mail Address
-
kberry@usbr.gov
(kberry@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a Sources Sought Synopsis and is not a solicitation announcement. This announcement is for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size; capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. Proposed Project: The Bureau of Reclamation, Lower Colorado Basin, Multi Species Conservation Program (MSCP) has a requirement for a construction project. The Statement of Work includes three major items; (1) the purchase, delivery and installation of a Prefabricated building, (2) demolition of an existing building, and (3) renovations to three existing buildings. All of this work is to take place in Imperial County, California, at the Laguna Field Office. The anticipated period of performance is approximately 180 days from the date of issuance of a Notice to Proceed. Principal components of the work include but are not limited to the following: 1. Purchase and install of a prefabricated steel building measuring 80 feet x 100 feet, per the manufacturer instructions. 2. Demolition work to include dismantling and disposal of one building measuring 30 feet x 80 feet. As well as removing and disposing of a 3-ton crane and all other items attached or in the building. 3. Demolition and renovation to three buildings to include removal of interior and exterior walls. All electrical and plumbing to be replaced and brought up to code. Renovation will include a restroom extension to add a shower, including the water supply and all plumbing. Removal and disposal of the current hot water heater and replace with a tankless water system; renovation drawings to be completed by the contractor. A general concept drawing of the bathroom renovation will be provided to the contractor as the basis of design. 4. Other work to be included: electrical, plumbing work inside and adjacent to (outside) building including trench work; repairing drywall, finishing and painting; removing carpet and installing new flooring; removing and disposal of (9) windows, replacing windows including frames; roof removal and disposal, and installing a metal roof. The North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction with a corresponding small business size standard of $36.5 Million. The estimated magnitude of this project is between $500,000 and $1,000,000. Capability Statement/Package Interested sources are welcome to submit a capability statement package (not to exceed 6 pages) to include the following information: 1. Name and address of Firm 2. Phone number 3. Email Address 4. DUNS Number 5. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other). 6. Statement as to the lead time for the prefabrication building structure. Any known or foreseeable issues with manufacturing. 7. Capability statement shall address your company experience (or that of any subcontractors) performing the work listed above for performing this type of work. 8. Any known or foreseeable issues with these types of projects. 9. List of RELEVANT projects (projects of similar size, scope, and complexity of the proposed project are considered relevant), either Government or commercial, performed within the last 5 years, with a brief description of the project, contract number, project title, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer's name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work. 10. Contractor must have sufficient financial and management capability to assure bonding up to $1,000,000. Bonding capacity on a single-job, and cataloging the company�s equipment assets, personnel and financial resources that demonstrate company responsibility and capability to perform the required work. All responses must be submitted via email no later than 12:00 Noon Pacific Time, September 18, 2020. Email address: kberry@usbr.gov. Include the reference number (140R3020R0032) in the subject line. When it is determined that a formal solicitation will be issued, the per-solicitation notice will be posted on Contract Opportunities at the beta.sam web site located at http://beta.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/82630be5770542efac55c9828f8fd31b/view)
- Record
- SN05769722-F 20200823/200821230208 (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 |