Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
MODIFICATION

Z -- 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.

Notice Date
1/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0355-01
 
Response Due
1/12/2010
 
Archive Date
3/13/2010
 
Point of Contact
Gregory Tom, Phone: 916-557-7220
 
E-Mail Address
Gregory.L.Tom@spk01.usace.army.mil
(Gregory.L.Tom@spk01.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS MODIFICATION NOTICE CHANGES THE: 1) POINT OF CONTACT 2) CHANGES THE CLASSIFICATION CODE 3) PROVIDES ADDITIONAL INFORMATION ABOUT THE PROJECT AND 4) PROVIDES WHAT SUBMISSIONS TO PROVIDED BY JAN 12, 2010 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@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Repair Mountain View, Military Family Housing at Beale AFB, California. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in February 2010. The estimated cost range according to the DFARS 236.204 is between $10,000,000 and $25,000,000. The NAICS Code is 236220, the size standard is $33.5 million, and the Federal Supply Code is Z161, Family Housing Facilities. The duration of the project has not been determined 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 This project repairs 130 Mountain View units for systemic mold issues as identified by AFCEE Beale Mold Study BAEY 09-0052 P1 and perform 5-Year Renewal on 130 Mountain View units per Sep 2008 Housing Community Profile (HCP) to correct systemic mold issues to provide livable housing units and extend life of these units. Repairs include exterior and interior of damage housing units, repair leaky faucets/fixtures, caulk bathroom features, ensure proper drainage and piping form water heater, clean HVAC filters, replace damaged cabinets. Conduct repair and 5-Year renewals per HCP including replace HVAC controls, light switches, smoke detectors, water heater, flooring, window treatments, wood trim, and ceilings and wall finishes in 130 units. Replace doors, ductwork, cabinets, counters, bathroom fixtures, in-trash enclosures in 7 units. Replace sewer and water service lateral in two units. CAPABILITY STATEMENT 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's 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) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's 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 company's 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, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. 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 5:00 PM Pacific Time on January 12, 2010. 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@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0355-01/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02036783-W 20100109/100107234819-19903245483c18bd55d022bf008e0306 (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.