Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
MODIFICATION

Y -- Market Research and Sources Sought Notice for information on potential contractors to perform construction services for Indefinite Delivery Indefinite Quantity (IDIQ) Contract to support various DB and DBB building renovations.

Notice Date
3/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-15-S-0010
 
Response Due
3/27/2015
 
Archive Date
5/2/2015
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and IS NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of ALL potential qualified firms, including Small Businesses, HubZone, 8(a) and Service Disabled Veteran owned firms. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. The scope of the contract includes furnishing all equipment and materials and performing all labor and supervision for the following, but not limited to: Earthwork; soil sampling and testing; electrical, civil, mechanical, technical support-planning, soil mechanics, hydrology and hydraulics, alternative designs and site inventories. Design Bid Build and preparation of construction drawings and specifications, quantities, bid schedule, design report, cost estimate, As-builts and operations and maintenance plan; communications, pipe re-route and installation, demolition of trailers and buildings, design build, Sensitive Compartmented Information Facilities (SCIF), removal and disposal of soil; asbestos removal, parking lot striping/marking; traffic control equipment and incidental work, construction, commissioning, fit up, project turnover and closeout. The U.S. Army Corps of Engineers, Los Angeles District, anticipates a future procurement for these services. The location of the work is at Vandenberg Air Force Base (VAFB), Californi;, Cape Canaveral Air Force Station, Florida; Los Angeles Air Force Base, California; and Schriever Air Force Base, Colorado. Other sites may be added. The construction activities will be executed through multiple task orders. The successful contractor will provide all required project management. Design-Build Design and prepare the construction drawings and specifications, quantities, bid schedule, design report, cost estimate and operations and maintenance plan, but only as part of a design-build project. The types of Design/Build or Design/Bid/Build work to be accomplished may involve, but not limited to: Surveying, grading, typical underground such as water lines, sewer lines and systems, electrical, site works and site paving, storm drainage, site lighting and fencing, landscaping. All aspects of: renovation of exterior/ interiors of existing buildings and sites, new horizontal and vertical construction, sensitive Compartmented Information Facilities (SCIF), Special Access Program Facilities (SAPF) buildings, structural construction, non-building construction (such as distributed systems). Heating Ventilation and Air Conditioning (HVAC) systems to include Computer AC systems, Controls and components, refrigeration and heating systems, plumbing, fire detection and suppression systems, liquids and gasses pipeline and storage systems, distribution and utilization systems. Power transmission and distribution systems and switchgear, including generators and Uninterrupted Power Systems (UPS), Technical Power systems, exterior and interior electrical distribution and lighting. Public address and notification systems, security/intrusion/fire alarm/mass notification systems, telephone, data and other communication systems, Asbestos, lead based paint, and petroleum-contaminated material abatement and disposal and other environmental remediation tasks, but only as part of a construction, repair or design-build project (i.e., the task will not be a stand-alone abatement/remediation task order, and will not be the primary or most significant part of the procurement). The design-build and other related work will use the UFC as starting guidance. All projects will be developed and executed and/or delivered in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. The maximum term/capacity of the contract issued under this competition will be either five (5) Years (60 Months) or when the sum of the dollar value of all task orders awarded under the contracts in the MATOC pool total a Maximum Not to Exceed Value of $90,000,000.00, whichever occurs first. The initial ordering period under the awarded MATOC contracts will be THREE (3) years (36 months) with options to extend the ordering period to the maximum Five Years (60 Months). Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36,500,000.00. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) and NAICS code designations shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). 4. Description of capability to perform the proposed construction, manage subcontractors, and capacity to execute this project with other ongoing construction contracts. 5. Demonstrate capability for working multiple projects as well as multiple locations and states as cited. 6. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete and that ran concurrently within the past six years. At least two (2) of the five projects shall be of a DB. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Projects examples MUST range from $200,000 to $18,000,000 with AT LEAST two (2) of them in excess of $15,000,000. Two (2) of the five (5) required projects MUST also have occurred on a military installation. Responses should be submitted to Lucia A. Carvajal, Contract Specialist. Mail submittals or send overnight courier to U.S. Army Corps of Engineers, Los Angeles District, Contracting Division, c/o Lucia A. Carvajal, 915 Wilshire Blvd., Los Angeles, CA 90017. Submittals are due no later than 27 March 2015. Submittals will not be returned. Telephonic responses or email responses WILL NOT be honored. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-S-0010/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles 915 Wilshire Blvd, Suite 930 Los Angeles CA
Zip Code: 90017
 
Record
SN03657345-W 20150305/150303235030-df832e534ea6fbfddc26e2d4a9230afd (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.