Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2009 FBO #2774
SOURCES SOUGHT

Y -- Design-Build (D-B) of a New Single Hayman Type Igloo, Hill AFB, UT

Notice Date
6/29/2009
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-S-9180
 
Response Due
7/21/2009
 
Archive Date
9/19/2009
 
Point of Contact
Connie L Newell, 916-557-5229<br />
 
E-Mail Address
US Army Engineer District, Sacramento
(connie.l.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of potential categories, for potential small business set-aside. NO AWARD will be made from this Sources Sought. 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 at Connie.L.Newell@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential sources in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for Design-Build (D-B) of a New Single Hayman Type Igloo (193SM), Hill AFB, UT. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in late August 2009. The estimated cost range according to the FAR 36.204 is between $ 500,000 to $1,000,000. The NAICS Code is 236210, the size standard is $ 33.5 million, and the Federal Supply Code is Y171, Ammunition Storage Building. The duration of the project is To Be Determined. Under Federal Acquisition Regulation (FAR) guidelines, the 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 the contractor shall perform on the site, and with its own organization work equivalent to at least 20% of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Project will be Design-Build (D-B) of a new single Hayman Type Igloo (193 SM). Construction of one earth covered, concrete reinforced Munitions Storage Magazine/Module (MSM), dimensioned 26-feet by 80-feet, with an approximate 26-foot wide blast doorway. MSM will be constructed on Pine Street, adjacent to existing Hayman Igloo, building 2589. Project includes concrete access road, reinforced aprons, utility connections (electricity & storm drainage), prewired exterior/interior lighting, IDS (duress, motion & perimeter/point detectors), prewired telephone/communication system, secured ventilation/fan system, lightning protection and other necessary support. During Design, contractors designer are expected to establish at least one three to five day Charrette, to clearly identify user requirements and summarize for clarification. Designer will then be expected to produce at least three (3) design document submittals (typically at 60%, 90% and 100% design stages). Designer and contractor will attend COE coordination meetings to summarize project status and address issues, for possible adjustment. This is in addition to the regular Construction management/scheduling responsibilities, expected from the contractor. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. The A-E will be required to apply AF standard design and be able to coordinate with DoD Explosive Safety Board (DDESB) for design approval prior to construction. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to comply with the above requirements include but are limited to, registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), interior designer, landscape architect, community planner, certified environmental survey/design personnel, construction management 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) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 4) Offerors type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offerors Joint Venture information if applicable existing and potential 6) Offerors Bonding Capability in the form of a letter from Surety 7) HUBZone and 8(a) Certificate(s) (if applicable to Offeror) 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 companys 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. 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 Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by EMAIL or mail by 5:00 PM Pacific Time on July 21, 2009. Submit response and information: via EMAIL to: Connie.L.Newell@usace.army.mil or via Mail to: Connie Newell, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9180/listing.html)
 
Place of Performance
Address: U.S. Air Force Bldg 366 Hill AFB UT<br />
Zip Code: 84056<br />
 
Record
SN01859810-W 20090701/090630000111-90ed53d6b5cb61859c9750fd5aa0cd57 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.