Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2012 FBO #4015
SOURCES SOUGHT

Y -- Admin Facility and Dining Hall at Presidio of Monterey

Notice Date
11/19/2012
 
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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-13-S-0170
 
Archive Date
12/27/2012
 
Point of Contact
Tom E. Koponen, Phone: 9165577266, Carol A. Dones, Phone: 916-557-7318
 
E-Mail Address
Tomas.E.Koponen@usace.army.mil, Carol.A.Dones@usace.army.mil
(Tomas.E.Koponen@usace.army.mil, Carol.A.Dones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Responses are being sought from qualified small business concerns possessing the technical/construction expertise and bonding capability to execute the work requirements. The required work elements include, but may not be limited to the following. Project Description Construct a 14,300 SF 3-story General Administration Building and a 26,000 SF single story Dining Facility based on processing 1300 people in a 90 minute timeframe. The facilities will include fire protection/detection systems, a connection to the Energy Monitoring and Control System and installation of an intrusion detection system. Supporting facilities include utilities, information systems, paving, hardscape, curb & gutter, storm drainage, landscaping, exterior lighting, access roads and site development. Each building will comply with force protection/antiterrorism measures. Access for individuals with disabilities will be provided throughout. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct 05) features will be included. A comprehensive building and furnishings related interior design will be provided, The Administration Building is similar to an office-type structure while the Dining Facility has a Corps developed standard floor plan and requires experience in constructing dining facilities of this type. An end portion of an existing building (B629) will be demolished and restructured to serve the existing facility B629 (Barracks Facility) and these two new structures. It will be required to maintain the utilities supplied to B629 during construction so as not to inconvenience or affect the barracks operations or the occupants. Special consideration will be given to firms with recent experience in constructing dining facilities on government property and associated standards and requirements. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, Large and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Contractors will be evaluated and rated based on the following criteria as outlined in their proposal package: 1)Overall experience with facilities of this type. 2)Recent experience (3 or less years) as related to construction of an Administration and Dining facility similar or larger than the facilities noted for this project. Contractors will be evaluated and rated on increasing expertise beginning with an Admin Facility, a Dining Facility or both. 3)Shown ability to work in close conditions 4)Examples of similar or related work and their values. 5)Government work experience This procurement is for: 1. Construction 2. Estimated construction range: $10,000,000 - $25,000,000 3. NAICS Code: 236220 4. Business Size Standard: To be determined after responses to the sources sought are received and evaluated. 5. FSC Code: Y1AZ 6. In accordance with FAR 52.219-14(b)(3), Limitation on Sub-Contracting: "General Construction. "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials". Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. A firm-fixed price contract is anticipated to be awarded using Request for Proposal criteria. Capability Statement Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: • Firm's name, address, point of contact, phone number, and e-mail address. • Firm's interest in bidding on the solicitation when it is issued. • Verifiable evidence of experience of performing New Construction of building and shop space along with their supporting facility infrastructure/s. • Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. • Firm's Business Size category (Large Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a). • Firm's Joint Venture information if applicable - existing and potential • Proof of available bonding capacity in the amount of at least $3,100,000.00. Documentation must be in the form of a statement from the contractor's bonding company via letter from bonding company Responses must be printed on 8.5X11 paper, front only, and limited to no more than 10 pages. Facsimile responses will not be accepted. Interested Firm's shall respond to this Sources Sought Synopsis no later than 5:00 pm, Wednesday, 12 December 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email responses to: Tomas.E.Koponen@usace.army.mil, or Carol.a.dones@usace.army.mil mail responses to: USACE Sacramento District, Attn: Tom Koponen, 1325 J Street, Rm. 878, Sacramento, CA 95814 EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-S-0170/listing.html)
 
Place of Performance
Address: Presidio of Monterey, Monterey, California, 93944, United States
Zip Code: 93944
 
Record
SN02933933-W 20121121/121119234704-c3470b9a7399da100d42b5f8b1569d89 (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.