SOURCES SOUGHT
Y -- Design-Build Fire Crash Rescue Station, Hill Air Force Base, Utah
- Notice Date
- 11/20/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-13-S-0324
- Response Due
- 12/12/2013
- Archive Date
- 1/19/2014
- Point of Contact
- Connie L Newell, 916-557-5229
- E-Mail Address
-
USACE 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 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 Connie Newell 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 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 quote mark Fire Crash Rescue Station quote mark contract. 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 February 2014 as a 2-phase Design Build contract. The estimated cost range according to DFAR 236.204 is between $10,000,000 and $ 25,000,000. The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction, the size standard is $33.5 million, and the Federal Supply Code is Y1AZ - Construction of Other Administrative Facilities and Service Buildings. The duration of the project is approximately 660 calendar days. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) 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, any large business contractor shall perform on the site, and with its own organization, work equivalent to at least 25 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This is a Design Build of an approximately 38,240 SF two story Fire Crash Rescue Facility in accordance with industry standard materials and efficient practices. The facility will be constructed of slab on grade, concrete masonry units, and a standing seam metal roof. The functional areas of the facility include maintenance and apparatus bays, administration and training areas, and residential, living, and dining areas. Project also includes utilities, fire detection/suppression system, site improvements, landscaping, and demolition of existing structures. The design effort includes providing the Furniture, Fixtures & Equipment package for this new facility. The contractor will be required to design and construct the project to obtain a USGBC certification at the Silver rating. 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 capabilities submission is limited to 15 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 - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)). 5) Offeror's Joint Venture or Teaming Arrangement 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. This notice 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 the analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, all Small Business firms or proceed with full and open competition as Other Than Small Business. Responses that do not meet all requirements or submit within the allotted time will not be considered. Please notify this office in writing by email or mail by 3:00 PM Pacific Time on 12 December 2013. Submit response and information electronically via EMAIL to: Connie.L.Newell@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-S-0324/listing.html)
- Place of Performance
- Address: US Air Force Hill Air Force Base Hill AFB UT
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03237961-W 20131122/131120234619-35588303ba71d271c68f9acf3b5c7512 (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 |