SOURCES SOUGHT
Y -- USACE SPK DBB Construction - TASS Backup Generator - Camp Parks, CA
- Notice Date
- 5/3/2023 11:39:02 AM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123823S0042
- Response Due
- 5/24/2023 8:00:00 AM
- Point of Contact
- Uriel Ramirez
- E-Mail Address
-
uriel.ramirez@usace.army.mil
(uriel.ramirez@usace.army.mil)
- Description
- This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement to perform design-bid-build construction services to install a backup generator and transfer switch for The Army School System (TASS), located at building 517 of Camp Parks in Dublin, California. The project is also anticipated to include construction services to provide and install three (3) concrete pads and manual transfer switches (MTS) at three (3) locations at Fort Hunter Liggett, in Jolon, California.� The Government anticipates the project will include construction services to build a concrete pad for the generator, place the generator, and complete trenching into the TASS. The Government anticipates the generator will need to meet power requirements to support the two-story 23,000 square foot TASS and may need to generate at least 150 kilowatts. The Government anticipates a C-10 electrical license from the State of California will be required to perform work. The Government anticipates the requirement will be fully designed. The Government estimates the anticipated requirement can be constructed within sixty (60) calendar days from approval of submittals, which are anticipated to take approximately ninety (90) days to review and approve. The anticipated requirement may result in a solicitation issued approximately July 2023. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately 30 September 2023. It is estimated that the potential requirement can be completed within one-hundred-fifty (150) calendar days. In accordance with Federal Acquisition Regulation (FAR) 36.204(f) the Government currently estimates the magnitude of construction for this project to be between $1,000,000 and $5,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237130, Power and Communication Line and Related Structures Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45,000,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1NZ - Construction of Other Utilities. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to perform the percent of work identified in the solicitation under FAR 52.236-1,�Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) .5- x 11-inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, Employer Identification Number�(EIN) or System for Award Management Unique Entity Identification number (SAM UEID), address, point of contact, phone number, and e-mail address. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Uriel Ramirez, at (uriel.ramirez@usace.army.mil) by 0800 / 8:00 a.m. (PT) Wednesday, 24 May 2023. Please include the Sources Sought Notice number, �W9123823S0042� in the e-mail subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/60a5f23e82a44b8cad3b9bcdbbccd105/view)
- Place of Performance
- Address: Dublin, CA, USA
- Country: USA
- Country: USA
- Record
- SN06671188-F 20230505/230503230119 (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 |