SOURCES SOUGHT
Z -- Multiple Award Construction Contract Sierra Army Depot, Herlong, California
- Notice Date
- 11/13/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design and Construction Division (8PCP), One Denver Federal Center, Building 41, 6th and Kipling Streets, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- GS-08P-13-JF-C-0000
- Archive Date
- 12/15/2012
- Point of Contact
- Aaron Adams, Phone: 3032360676, Tracy D Troncosa-Maes, Phone: 303-236-8000x2263
- E-Mail Address
-
aaron.adams@gsa.gov, tracy.troncosa-maes@gsa.gov
(aaron.adams@gsa.gov, tracy.troncosa-maes@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Multiple Award Construction Contract (MACC) at Sierra Army Depot in Herlong, California. A MACC is an Indefinite-Delivery Indefinite Quantity contract that is awarded to multiple contractors. Task orders for individual construction projects are then competed among the pool of contractors and evaluated based on price. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract. The information requested by this RFI will be used within the General Services Administration to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that as many as five (5) contracts could be awarded, each for a term consisting of one base year plus four 1-year option periods. Task Orders written against MACC contracts are anticipated to range between $2,000 and $2,000,000. The overall program value of each contract is under consideration; accordingly, at this point it is roughly anticipated to range between $40,000,000 and $50,000,000 per contractor over a five-year period. The work will consist of a broad range of construction tasks, including but not limited to: New minor construction less than the MILCON Threshold ($750,000), alteration and repair of buildings, structures, roads, grounds, roofs, specialty construction, utilities including fuel systems and miscellaneous services including hazardous material waste removal (i.e. asbestos, lead based paint etc.). Work may also include design/build from concept to full 100% design. In-house design capability or ready access to design capability is a must for projects under this MACC. Description of work will be identified in each individual task order. For the purpose of this Request for Information (RFI), the anticipated North American Industrial Classification System (NAICS) code is 236220 / Commercial and Institutional Building Construction, with a size standard of $33,500,000. We request that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. Oral Communications ARE NOT acceptable in response to this notice. We request interested firms respond to this notice and provide the following information (NO MORE THAN 5 PAGES): 1. Summarize how your company is capable and qualified to handle this type of work. 2. Summarize projects that show your capabilities and past performance. The list of relevant projects may include names of project team members and firm, point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, phone numbers, project scope, and type of contract. 3. Bonding: provide your bonding capacity per contract and aggregate. 4. A statement of your current business size status. In your response, also indicate whether you are a HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business firm. 5. Possible teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by teaming partners. 6. Identify if you have in-house Architect and Engineering (Up to 100%) design capability or ready access to design capability, if you subcontract all Architect/ Engineering design work, if you have state certified Professional Engineers and/or registered Architects on staff, and which disciplines you have the ability to design in-house (i.e. Mechanical, Electrical, Structural, Fire Protection, etc.). 7. Identify Commercial practices that the Government should consider implementing for this acquisition. The information capability statement and data noted above must be submitted in written format via -email to both of the following addresses aaron.adams@gsa.gov and tracy.troncosa-maes@gsa.gov not later than 4:00 PM (MST) on November 30, 2012. This Sources Sought is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management (SAM). The SAM website is https://www.sam.gov. This Sources Sought synopsis notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PF/GS-08P-13-JF-C-0000/listing.html)
- Place of Performance
- Address: (Sierra Army Depot) Herlong, California, Herlong, California, 96113, United States
- Zip Code: 96113
- Zip Code: 96113
- Record
- SN02929249-W 20121115/121113234006-030aeb035f59c54ecb858dbe75c6c389 (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 |