Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOURCES SOUGHT

Y -- Design-Build Concrete Foundation and Slab (4,000 SM) for a T-10 Type Engine Test Cell Hush House

Notice Date
9/27/2010
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0270
 
Response Due
10/18/2010
 
Archive Date
12/17/2010
 
Point of Contact
Connie L Newell, 916-557-5229
 
E-Mail Address
USACE District, Sacramento
(connie.l.newell@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 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 Ms. Newell at Connie.L.Newell@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: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Design-Build Concrete Foundation and Slab (4,000 SM) for a T-10 Type Engine Test Cell Hush House. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business 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 October/November 2010. The estimated cost range according to the FAR 36.204 is between $ 1,000,000 and $ 5,000,000. The NAICS Code is 238110, the size standard is $14.0 million, and the Federal Supply Code is Y293, Construction/Unimproved Real Property. The duration of the project is not to exceed 270 calendar days. 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. Under FAR 52.236-1 The contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This project provides for a concrete foundation and slab (4000 SM) for a T-10 type Engine Test Cell Hush House. This project will include the concrete pad, access pavement, all required utilities, and necessary site work. The Contractor shall develop and complete the design and construction including self-performance of all design functions. The Design-Build Contractor will be required to perform a geotechnical investigation yielding a geotechnical report that shall be used as a basis for design. Likewise, the D-B Contractor will be required to perform a topographical survey; also a basis for design. Following award, the contract will proceed as follows: This project will follow a Fast Track process (design and construction allowed to progress as parallel activities). The D-B Contractor will have discretion as to when submittals will be made and the content of the submittals --- within the guidelines of the RFP. All design review comments for the work and applicable construction techniques for unusual construction conditions must be appropriately addressed and direction received from Contracting Officer prior to the start of construction activities. 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 design-build contract of this magnitude and complexity and comparable work performed within the past 5 years Describe your self performed*** effort (as either a Prime or SubContractor), brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. *** Self Performed means work performed by the offeror themselves NOT work performed by another company for them for any of the project 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 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 Other Than Small Business. 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 October 18, 2010. Submit response and information: via EMAIL to: Connie.L.Newell@usace.army.mil or via Mail to: Connie Newell, 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-0270/listing.html)
 
Place of Performance
Address: U.S. Air Force Building Hill AFB UT
Zip Code: 84056
 
Record
SN02297730-W 20100929/100927234420-e5266d0b594a3bb718866e6cb8b0848d (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.