Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

Y -- Barracks Renovation Fort Jackson, SC

Notice Date
3/27/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-12-S-0099
 
Response Due
4/18/2012
 
Archive Date
6/17/2012
 
Point of Contact
William Wallace, 843-329-8089
 
E-Mail Address
USACE District, Charleston
(william.wallace@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Charleston District, has a requirement for the above subject Project. This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This is not a follow-on contract. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business, Certified 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business firm and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $25,000,000.00 and $30,000,000.00. Project Information: Maintenance and Repair Trainee Barrack Upgrade Project (TBUP) will repair existing Basic Combat Training (BCT) Barracks Building (roughly 280,000 Square Feet). The building systems scheduled for complete repair include walls, ceilings, flooring, doors, windows, roofing, HVAC, plumbing, domestic water, sanitary sewer, electrical & lighting distribution systems, fire alarm, and Energy Management and Control Systems as required to meet current codes and regulations. The successful bidder will be coordinating their work with other contract renovation work taking place in the Barracks. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside this procurement for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states, "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." The Contractor shall be capable of providing Performance and Payment Bonds within five (5) calendar days after award. The contractor shall begin work within five (5) calendar days after acknowledgement of the Notice to Proceed. Completion time for this project will be specified in the solicitation. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Charleston District, Contracting Office; Attention: William Wallace, 69A Hagood Avenue, Charleston, SC 29403. The e-mail address for William Wallace is william.wallac@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 18 April 2012. Please submit the following information and the information required in the attached worksheets: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business. 4. Bonding Capacity: State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount) for a $28 million project. Also submit maximum bonding capacity and indicate a list of Construction Contracts underway with project Value to determine remaining bonding capacity. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in performing multi-disciplined construction operations in connection with total renovation of a building with Architectural, electrical, mechanical, civil, fire protection, and structural seismic work. Provide documentation for your firm on past or similar efforts as a prime contractor on contracts $28M or higher. 7. Firms submitting responses shall provide information on the three most recent(within 5 years) projects that prove you can meet the qualification criteria listed above, with contract number, contract price of similar value($28M or higher), project location, description of work requirements, contact and phone number for each effort, and other references. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HUBZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Additional Info: Contracting Office Address: US Army Corps of Engineers, Savannah, Charleston Office, 69A Hagood Avenue, Charleston, SC 29403 Place of Performance: Fort Jackson, SC Point of Contact(s): William Wallace william.wallace@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fb55704456f0113ea97fdd5c2a953441)
 
Place of Performance
Address: USACE District, Charleston 69-A Hagood Avenue, Charleston SC
Zip Code: 29403-5107
 
Record
SN02706613-W 20120329/120327235155-fb55704456f0113ea97fdd5c2a953441 (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.