Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2011 FBO #3588
SOURCES SOUGHT

Y -- Field Maintenance Shop (FMS) at Camp San Luis Obispo, California - Sources Sought Information Request Form

Notice Date
9/19/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, PO Box 8104, San Luis Obispo, California, 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-12-R-0002
 
Archive Date
10/18/2011
 
Point of Contact
Raj Cooper, Phone: 8055946216
 
E-Mail Address
raj.cooper@us.army.mil
(raj.cooper@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Information Request Form THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE CALIFORNIA NATIONAL GUARD WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY QUALIFIED SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, WOMAN OWNED, AND SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The North American Industry Classification System (NAICS) code for this effort is 236220 and the Small Business Administration (SBA) size standard is $33.5 million. The project will consist of constructing a new Field Maintenance Shop (FMS) for the California Army National Guard at Camp Roberts, CA. The Contractor will provide all labor, equipment, and supervision necessary to perform all work required in strict accordance with the contract documents. The following is a description of proposed construction: Site improvement of approximately 3.0 acre site at Camp San Luis Obispo, California. Site work includes demolition and site preparation for the construction of the facilities, site amenities including hard- and soft-scape, parking lots, site lighting, dry and wet utilities, new roadways, fences and manual and automated gates. Construction of a single story 18,000 gsf facility consisting of an administrative offices and an open bay vehicles maintenance facility. The administrative areas will have open and closed office space, classrooms, parts and storage facilities, battery room, and lobby/entry ways. The open bay vehicle maintenance area consists of four drive through bays supported with a 15 ton overhead crane and piped in air/water/lubricants at each of the general work bay locations. The building complex is a steel frame structure with non-load bearing veneer consisting of masonry, pre-finished metal panel, and glazed curtain wall components. The majority of the roof at the single-story facility is a low-sloped standing seam metal panel system. The facility is mechanically heated, cooled and protected by an automated fire sprinkler system. The primary building electrical service is from the existing Government switch gear, and the building service voltage is 480Y/277V 3-phase, 4-wire system. Voice and data connectivity is provided via single mode fiber optic cabling and copper cabling. Project also include a covered vehicle wash station and a separate 2,250 gsf unheated storage building that incorporates a hazard and flammable material storage spaces and general bulk storage space. The unheated storage building will be a pre-fabricated metal building on concrete pad foundation. Sustainable Design: The project is designed and shall be constructed to achieve a minimum of LEED NC - Silver Rating (Version 3.0). A solicitation, with a magnitude of $5 million to $10 million, will be issued electronically on the Federal Business Opportunities web site http://www.fbo.gov. Specifications and plans will be available WHEN THE SOLICITATION IS POSTED at http://www.fbo.gov. Paper copies will not be available. A firm-fixed price award/contract is anticipated. Once a solicitation is posted, it is incumbent upon the interested parties to visit these sites frequently for any updates/amendments to any and all documents. The anticipated date for the posting of the solicitation is January 9, 2012. All prospective contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) database in order to be eligible for award. Interested parties responding to this sources sought request shall, at a minimum, submit the information requested in the attached document titled "Sources Sought Information Form." THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. Interested small businesses should indicate interest to the Contracting Officer, in the attached document as early as possible, but no later than 1:00PM Pacific time on Monday, 3 December 2011. Electronic or hard copy submissions are acceptable. Submit hard copy documents to: USPFO for California, Purchasing and Contracting, ATTN: CW2 Raj Cooper, 2303 Napa Avenue, San Luis Obispo, CA 93405-7609. Submit electronic copies to raj.cooper@us.army.mil. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a contractor not being considered as an interested Small Business. All service-disabled veteran owned small businesses, certified HUBZone small businesses, Woman Owned small businesses, and certified 8(a) small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the Government will determine whether set-aside acquisition in lieu of full and open competition is in the Government's best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-12-R-0002/listing.html)
 
Place of Performance
Address: Camp San Luis Obispo, San Luis Obispo, California, 93405, United States
Zip Code: 93405
 
Record
SN02582607-W 20110921/110919235528-e090b5b99f2b0418761511981929d4cc (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.