Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

Y -- CONSTRUCTION OF GENERAL PURPOSE ADMINISTRATION BUILDING, FORT IRWIN, CA

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL19S0006
 
Archive Date
12/21/2018
 
Point of Contact
Lucia A. Carvajal, Phone: 2134523240
 
E-Mail Address
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm-fixed price contract for Construction of a General Purpose Administration Facility, at Fort Irwin, CA. Background: Since the 1980's the 11th Armored Calvary Regiment (ACR) has worked in a group of temporary trailers that function very poorly as brigade and battalion headquarters. The temporary trailers are dilapidated, energy inefficient, obsolete, ineffective designed and high maintenance facilities. New projects have been requested to replace these temporary trailers but have not been funded as of this date. These temporary trailers are in need of either major repair or replacement. This project is needed as the bridging strategy until the time when a standard design, Brigade Headquarters project is funded and constructed. This project is in support of the Garrison Command which provides standardized, effective and efficient services, facilities and infrastructure to the soldiers of the National Training Center at Fort Irwin California, their families and civilian support in the execution of the NTC mission. The project will consist of construction of an 8000 SF permanent facility. The space will include command group and staff administrative space, latrines, conference areas, a brigade ops center (BOC), and open space to provide the flexible and adaptable space for regimental staff. All HVAC, electrical lighting and power, plumbing, mechanical, information/communication systems to be included. Supporting facilities will include site development, storm water management, landscaping, all water, sanitary sewer, data/communications, and electrical connections. ATFP measures and sustainability/energy measures will be provided. Upon the completion of the brigade headquarters project the RSS squadron will backfill this space as part of their headquarters requirements. The facility envisions a model for enhancing safety, well-being, and readiness in the defense of our country. The type of set-aside decision to be issued will depend upon the responses to this sources sought notice. The purpose of this notice is to gain knowledge of the experience and qualifications of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone small business concerns, Women-owned small business concerns, Small disadvantages business concerns; Veteran-owned small business concerns, Service Disabled Veteran owned small business concerns and 8(a) firms. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, which has a small business size standard of $36,500,000.00. In accordance with Federal Acquisition Regulations (FAR), subpart, 36.204, the estimated construction price range for this project is between $5,000,000 and $10,000,000. The total contract performance period is 365 calendar days. Minimum capabilities required include, previous experience of projects similar to magnitude and complexity. Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses are requested with the following information, which shall not exceed a total of six pages. (1) Offeror's name, address, point of contact, with telephone numbers, and email address. (2) Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations. 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 project. Manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years. The past performance information should include project title, location, general description 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 $5,000,000 to $10,000,000 with AT LEAST one (1) project in excess of $7,000,000. Lastly, one (1) project must have occurred on a military installation. Responses should be submitted to Lucia A. Carvajal, Contract Specialist., via US Mail or overnight courier to U.S. Army Corps of Engineers, Los Angeles District, Contracting Division, c/o Lucia A. Carvajal, 915 Wilshire Blvd., Suite 930, Los Angeles, CA 90017. Electronic transmittal of your submittal is preferred to lucia.a.carvajal@usace.army.mil. Submittals are due no later than December 7th, 2018. Submittals will not be returned. 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/W912PL19S0006/listing.html)
 
Place of Performance
Address: Fort Irwin, P. O. Box 10048, 5th Street and Avenue F, Fort Irwin, California, 92310-0048, United States
Zip Code: 92310-0048
 
Record
SN05146607-W 20181109/181107230916-931dc93cf86c648f23f3512a155fbf99 (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.