Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

Y -- Construct Renovations to Bldg 845 at Hill AFB, UT

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-18-R-0014
 
Archive Date
4/6/2018
 
Point of Contact
Howard Gregory, Phone: 9165575217
 
E-Mail Address
howard.gregory@usace.army.mil
(howard.gregory@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (for Market Research ONLY) to determine the availability, capability and interest of small business firms for a potential small business category type set-aside. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; as this is solely for market research. Requests for any of this information will go unanswered. Interested contractors having the experience, skills, capabilities, workload capacity and ability to obtain appropriate bonding necessary to perform the described project are invited to provide feedback via email to Howard Gregory at Howard.Gregory@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. NO CONTRACT AWARD can or will be made from this Sources Sought Notice. Particularly, the purpose of this NOTICE is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8(a) Small Disadvantaged Business, Certified HUBZone, Woman-Owned (WOSB/EDWOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a prospective design-bid-build contract for the construction of renovations to Building 845 located at Defense Distribution Depot Hill (DDHU) on Hill AFB, UT. The capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.. Other than small businesses may respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. The government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in late autumn / early winter 2018. In accordance with FAR 36.204(f), the estimated value of the resulting contract is expected to be $1M-$5M. It is estimated to have a duration of less than 365 days. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 236210 Industrial Building Construction, the size standard is $36.5 million, and the Federal Supply Code is Y1EZ Construction of Other Industrial Buildings. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14 Limitations on Subcontracting, any small business will be required to perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction. Under FAR 52.236-1, any other-than-small business concern 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 The scope of this project is to complete renovations to Defense Distribution Depot Hill Utah (DDHU) Buildings 845. Building 845 is a large warehouse facility divided into seven ‘Bays' each has small dedicated administrative or maintenance areas of varying size serving the associated warehouse area. The proposed renovations include the expansion of the existing loading dock at Bay ‘E', expansion of the two story administrative space in Bay ‘E', renovation of the existing two story administrative space in Bay ‘E' (to include but not limited to office, open office, break room, conference room spaces, ABA compliant platform lift, and updated HVAC systems), and renovation of the existing two story administrative space in Bay ‘D' (to include but not limited to replacement of finishes and plumbing fixtures, and the conversion of an existing space). The scope also includes adjusting the existing service pavements to accommodate a new loading dock, forklift ramp, and ABA accessible ramp. The existing structure of Building 845 shall remain unchanged. There are no planned environment changes within the scope of work for this project. 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 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding or proposing on this prospective solicitation when it is issued. 3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe how you either successfully self-performed the effort with your own forces or subcontracted portions of the work, 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 socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 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 and regulatory requirements. 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 or be held financially liable for information solicited. Respondents will not be notified of the results of their capability statement review. Please notify this office in writing by email by 2:00 PM Pacific Time on 22 March 2018. Submit response and information through email to: Howard Gregory@usace.army.mil. Please include the Sources Sought No. W91238-18-R-0014 in the subject line. Although capability statements may be accepted beyond this time/date, the Government will not be responsible for reassessing and/or changing its acquisition strategy if a decision has been when a late response has been received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-R-0014/listing.html)
 
Place of Performance
Address: Hill AFB, UT, Hill AFB, Utah, United States
 
Record
SN04845962-W 20180309/180307231510-8f277a9da13df4e7aa9471065ce70dd9 (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.