SOURCES SOUGHT
Y -- This is Multiple Award Task Order contract For Alternative Energy (e.g., Solar Photo Voltaic Arrays; Stirling Solar Arrays; Wind Turbines; Ground Source Heat Pumps; Geothermal or any technology that creates renewable energy)
- Notice Date
- 11/7/2011
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-12-S-0311
- Response Due
- 11/22/2011
- Archive Date
- 1/21/2012
- Point of Contact
- Carol A. Dones, 916 557-7318
- E-Mail Address
-
USACE District, Sacramento
(carol.a.dones@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 small business firms for a potential small business category type 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 to Ms. Dones at Carol.A.Dones@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 small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Multiple Award Task Order Contract (MATOC) for construction of renewable energy projects in the South Pacific Division of the U.S. Army Corps of Engineers (USACE). Task Orders awarded under this Indefinite Delivery Indefinite Quantity (IDIQ) contract could be any type of renewable energy technology, including but not limited to: Solar Photo voltaic Panels; Solar Stirling Dish technology; wind turbines; Ground Source Heat Pumps; and Geothermal. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business 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 DECEMBER 2011. The estimated cost range according to the FAR 36.204 is more than $ 10,000,000. The NAICS Code is 237130, the size standard is $33.5 million, and the Federal Supply Codes are Y1MG- Construction of EPG Facilities-Solar; Y1MC-Construction of EPG Facilities-Geothermal and Y1MH-Construction of EPG Facilities-Wind. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, 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 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This MATOC IDIQ contract will include renewable energy projects utilizing all types of technology including, but not limited to Solar Photo Voltaic arrays (both ground and roof mounted) 1 to 8 MW; Stirling Solar arrays; wind turbines - 1 - 3 MW; Ground Source Heat Pumps; Geothermal or any technology that creates renewable energy. Task Orders will range in size from $1,000,000 to $10,000,000. Location of projects could be anywhere in the USACE South Pacific Division area of responsibility, which includes all of the states of California, Utah, Nevada, Arizona and New Mexico and portions of Colorado, and Wyoming. The contractor must have the resources to work on multiple projects at multiple locations simultaneously. Experience with renewable energy technologies is required. Most projects will be Design-Build type projects with the Contractor responsible for the design of the entire project/facility. Most projects are required to incorporate sustainable design using US Green Building Council LEED rating system ("Silver" certification). Included will also be anti-terrorism/force protection, relocation/protection of utilities, site improvements, connections/runs, fire-protection/life safety, handicapped accessibility, EMCS, HVAC, interior/exterior finishes, exterior lighting, walkways, parking, signage, and all necessary features (interior and exterior) to yield a safe, complete, and useable facility. A geotechnical investigation yielding a geotechnical report may be required to be used as a basis for design. 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 30 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Provide brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project, provide at 3 examples. Describe if the example projects were self-performed or a team effort. 4) Offeror's type of small business and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture or Teaming 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. 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 Other Than Small Business. 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 Standard Time on November 22, 2011. Submit response and information: via EMAIL to: or via Mail to: Carol Dones 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/W91238-12-S-0311/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02618832-W 20111109/111107233933-af5392d280f78bf3961d4889f28b3785 (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 |