Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2014 FBO #4565
SOURCES SOUGHT

Y -- L14PS00279 LITCHFIELD ADMIN BLG Design & Build

Notice Date
5/23/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L14PS00279
 
Response Due
5/30/2014
 
Archive Date
6/29/2014
 
Point of Contact
MeeLondrell Parks
 
E-Mail Address
mparks@blm.gov
(mparks@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The Bureau of Land Management has been tasked to solicit for and award a Litchfield Wild Horse & Burro Admin Site, design-build, firm-fixed price contract. This project will include the design and construction renovations for a facility consisting of office space, public restroom, employee restroom, shower/locker room and break room. The Contractor may perform a thorough inspection of the building and site prior to submitting a formal proposal once a solicitation has been released. A formal site visit has not been determined. The Contractor will be responsible for verifying all conditions, loadings and dimensions as stated in this document. The construction project will include, but is not limited to: new septic and propane storage and delivery systems; demolition of existing office building and abandonment of utilities; low maintenance landscaping and irrigation system; asphalt parking area to accommodate 5 parking stalls; 1 accessible parking stall, and one pull through parking stall for vehicles with trailers; fencing separating the new building and parking area from the remainder of the site with two automatic gates for vehicular access and one pedestrian gate, and all details necessary for construction. The approximate size of Building 1,320 sq ft. The proposed project will be a competitive, firm-fixed price, design-build construction contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value quote mark trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, and SDVOSB businesses are highly encouraged to participate. In accordance with FAR 36 the estimated construction price range for this project is: Between $500,000 and $1,000,000. Estimated duration of the project is approximately 183 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $33.5 Million. The Federal Supply Code is Y1AA. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. If after market research analysis, it is determined to be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 20 June 2014 and the estimated proposal due date will be on or about 21 July 2014; however, dates are subject to change. The official synopsis citing the solicitation number will be issued on FedConnect.net. Firm's response to this (Sources Sought) Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address, and DUNS. 4. Firm's interest in bidding on the project. 5. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years). 6. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 7. Firm's Business Size Small Business, 8(a), HUBZone, and SDVOSB, Large Business 8. Firm's Joint Ventures (existing), including Mentor Protgs and teaming arrangement information is acceptable 9. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 12:00 PM Central, May 30, 2014. All interested firms must be registered in SAM.GOV to be eligible for award of Government contracts. Email your response to MeeLondrell Parks, Contract Officer, mparks@blm.gov SUBJECT LINE: L14PS00279. Contracting Office Address: Bureau of Land Management -Denver Federal Center, Bldg. 50, OC-664 | PO Box 25047, Denver, CO 80225 Place of Performance: Litechfield, CA (Lassen County), 96117
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/L14PS00279/listing.html)
 
Record
SN03375568-W 20140525/140523234605-ed273a78ccbe4807353c2e01855e838b (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.