Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
MODIFICATION

Y -- Temporary Lodging Facility Center at Beale AFB, California

Notice Date
11/26/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-15-S-1836
 
Response Due
12/12/2014
 
Archive Date
1/19/2015
 
Point of Contact
SFC Kenetta Meares,
 
E-Mail Address
kenetta.a.meares@usace.army.mil
(kenetta.a.meares@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
*Amendment made to remove the preference to small businesses. This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the capability of firms that are capable of constructing a Temporary Living Facility. 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 to SFC Meares, Kenetta at kenetta.a.meares@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Both Small Businesses and Other than small businesses are encouraged to respond to this Sources Sought. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in March 2015. The estimated cost range according to DFAR 236.204 is between $10, 000, 000 and $25,000,000. The North American Industry Classification System (NAICS) Code is 236220, the size standard is $33.5 million, and the Product Supply Code is Y1JZ, Construction of Miscellaneous Buildings. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) 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, any large business contractor shall perform on the site, and with its own organization, work equivalent to at least 25 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This is a Design-Bid-Build project for the construction of a Temporary Lodging Facility at Beale AFB, approximately 44191 sq.ft with multiple one story buildings, with accessible access and compliance with ADA, include site grading, site utilities, electrical and communication connection, parking lot construction, roofing with standing seam panel, heating and cooling system, CMU wainscot with 2x6 stud exterior wall with cement plaster above the wainscot, slab on grad with concrete foundation, playground area and mechanical equipment with ductwork system on electric cooling and gas heating, fire suppression system, fire alarm with mass notification system. 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) Offeror's name, DUNS#, 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 - 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) 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. Please ensure that all information is submitted as one (1) document. 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. Please notify this office in writing by email or mail by 4:00 PM Pacific Time on 12 December, 2014. Submit response and information via email to: kenetta.a.meares@usace.army.mil or via mail to: SFC Meares, Kenetta, CESPK-CT-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814. Email is the preferred method when receiving responses to this sources sought. Please include the Sources Sought No. W91238-15-S-1836 and the business name in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-S-1836/listing.html)
 
Record
SN03582897-W 20141128/141126234310-d0d5294c4fffdb5fca83aef66858994e (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.