Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOURCES SOUGHT

Y -- Lightning protection system on Transfer Pad T-10 and Storage Lot 2, Military Ocean Terminal Concord, Concord, CA.

Notice Date
2/22/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0051
 
Response Due
3/12/2010
 
Archive Date
5/11/2010
 
Point of Contact
Ryan Bayless, 916-557-7090
 
E-Mail Address
USACE District, Sacramento
(ryan.j.bayless@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91238-10-S-0051 This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of potential categories, for potential small business set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE 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 at Ryan.J.Bayless@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 sources in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for construction of a lightning protection system on Transfer Pad T-10 and Storage Lot 2, Military Ocean Terminal Concord, Concord, CA. 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 April 2010. The estimated cost range according to the FAR 36.204 is between $ 1,000,000 to $ 5,000,000. The NAICS Code is 236220, the size standard is $ 33.5 million, and the Federal Supply Code is Y199, Construct Misc. Bldgs. The duration of the project is 120 Days. Under Federal Acquisition Regulation (FAR) guidelines, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1 the contractor shall perform on the site, and with its own organization work equivalent to at least 20% of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The purpose of this project is to install lightning protection systems (LPS) at both Transfer Pad T-10 and Lot 2. Lightning Protection Systems are required to insure the safety of personnel involved in ammunition operations. Due to the nature of this requirement, there are no alternative facilities (on or off the installation or at nearby installations) that could be used to satisfy this requirement. Currently, there is no system in-place to protect munitions containers (that may be moved onto the lot or the pad) during lightning storms. Military Ocean Terminal Concord (MOTCO) is the primary Department of Defense (DoD) West Coast port for the shipment of containerized munitions during contingency operations. Safety - DoD 6055.9-STD, AR 385-64 and DA PAM 385-64 requires all lightning protection systems for facilities handling explosives. 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 describe your self performed effort, 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 (Small Business, 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 7) HUBZone and 8(a) Certificate(s) (if applicable to Offeror) 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, 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 March 12, 2010. Submit response and information: via EMAIL to: Ryan.J.Bayless@usace.army.mil or via Mail to: Ryan Bayless, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0051/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02071369-W 20100224/100223000025-17eee0cd2491cb082d2d8bc5fbe96531 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.