Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOURCES SOUGHT

Z -- Remodel building 5450 front wing and building 5330 third wing, Dugway Proving Ground, Utah

Notice Date
7/14/2009
 
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
W91238-09-S-9195
 
Response Due
7/17/2009
 
Archive Date
9/15/2009
 
Point of Contact
Gregory Tom, 916 557 7220<br />
 
E-Mail Address
US Army Engineer District, Sacramento
(gregory.l.tom@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of potential small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Mr. Gregory Tom at Gregory.l.tom@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition SUBJECT TO THE AVAILABILITY OF FUNDS. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources in the following categories: Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), to remodel building 5450 front wing and building 5330 third wing, Dugway Proving Ground, Utah. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Business. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in August 2009. The estimated cost range according to the FAR 36.204 is between $1,000,000 and $5,000,000. The NAICS Code is 236220, the size standard is $33.5 million, and the Federal Supply Code is Z119 Other Administrative Facilities and Service Buildings. The duration of the project is TBD. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. PROJECT DESCRIPTION For building 5450: Demolish the existing CMU interior walls. Rebuild the entire interior space as offices, conference rooms, rest rooms, and break room (kitchen-style) for each of the two floors. Includes new HVAC system and staircase modernization. For Building 5330: Demolish the existing CMU interior walls. Rebuild the entire interior space as offices, executive offices (Garrison Commander), conference rooms, rest rooms, and an auditorium. Includes new HVAC system, new exterior doors with security locks. Energy efficient mechanical systems specified. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors project execution capabilities. Please provide your response to the following. The submission is limited to 20 pages. 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4) Offerors type of small business and Business Size (HUBZone, Service Disabled Veteran Owned and/or Small Business 8(a)) 5) Offerors Joint Venture information if applicable existing and potential 6) Offerors Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, 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 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 pay 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 8(a), Service Disabled Veteran, or HubZone small business firms. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 2:00 PM Pacific Time on July 17, 2009. Submit response and information to: Mr. Gregory Tom, CECT-SPK-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Gregory.l.tom@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9195/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento Bldg 2330 & 5450 Dugway Proving Groun UT<br />
Zip Code: 84022-5000<br />
 
Record
SN01874142-W 20090716/090714235240-d770e2303c92e78681b930732610d4ea (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.