Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOURCES SOUGHT

Y -- Replace Truck Entrance/Control Facility at DDJC Tracy in San Joaquin County, CA

Notice Date
5/7/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-S-0669
 
Response Due
5/23/2008
 
Point of Contact
susie williamsmoore, 916-557-5205
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. United States Army Corps of Engineers Sacramento District, This project is to construct/install security booth, truck canopy, guard shack, Truck Control office (8,000 sf), access roads, vehicle parking lots, curb/gutter, pop-up barriers for force protection, motorized gates, truck scale, spill containment area, street lighting, perimeter security fencing, relocate power poles/wires, widen county road for new entrance/exit, utilities (water, sewer, storm drain, natural gas, power, data). Construction is to be completed within 540 calendar days. The 2002 NAICS Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $31,000,000. Federal Supply Code is Z199. Under FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive 8(a), Small Business, Service Disabled Veteran Owned (SDVO), or HUBZone Small Business, or Unrestricted. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. The Government invites 8(a), SDVO, and HUBZone small Businesses Contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar work within the same dollar value magnitude of this notice adjusted for inflation. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Contractors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1) Proof of bonding capacity in the amount of at least $10 M; documentation must be in the form of a statement from the contractors bonding company identifying both the per contract and aggregate bonding limits. 2) Verifiable experience (i.e., previous projects) of performing construction: (a) Similar structures, pavement and force protection (federal based) and (b) Any construction on federally operated government installations. 3) How you will manage work in accordance with FAR 52.219-14(b)(3), Limitation on Sub-contracting: General Construction(The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials). 4) For 8(a) contractors, provide proof of SBA certification. 5.Statement if you will or will not be able to submit a proposal when the project is solicited. The estimated solicitation issuance date is September 2008. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys 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. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the United States Army 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 pays 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 competitive 8a firms, Service Disabled Veteran Owned, or HUBZone Small Business or to proceed with full and open competition as Unrestricted. Submissions that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Bettty.S.Williams-Moore@usace.army.mil or Gregory.L.Tom@usace.army.mil or mailed to Sacramento District, USACE, 1325 J Street, Attn: Gregory Tom, Sacramento, CA 95814. Responses must be received no later than 23 May 2008 by 3 pm, PDT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5235c7958acff0604cdbf7f004eec5ca&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN01568476-W 20080509/080507220206-5235c7958acff0604cdbf7f004eec5ca (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.