SOURCES SOUGHT
Y -- VA MATOC - SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS
- Notice Date
- 12/23/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-15-S-0008
- Response Due
- 1/7/2015
- Archive Date
- 2/21/2015
- Point of Contact
- Tina A. Frazier, (540)665-6706
- E-Mail Address
-
USACE District, Los Angeles
(tina.a.frazier@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice for a market research and is not a solicitation announcement. The purpose of this sources sought is to determine the availability of potential qualified Service Disabled Veteran-Owned Small Business (SDVOSB) firms that have the experience and capabilities to provide design-build and design-bid-build services for various Veterans Affairs (VA) projects primarily located within the geographical boundaries of the U.S. Army Corps of Engineers, Los Angeles District (Southern California, Arizona and Southern Nevada). Responses to this sources sought will be used by the Government in making appropriate acquisition decisions. SCOPE OF WORK The scope of this effort is to develop an indefinite delivery indefinite quantity (IDIQ) multiple award task order contract (MATOC) for design-build and design-bid-build services of various VA projects. The overall contract work shall consist of, but not limited to design build for hospital/clinic/laboratory related renovation including selective demolition and architectural, civil, mechanical, electrical, structural, environmental, infectious disease control disciplines, hospital/clinic/laboratory related asbestos & lead based paint abatement, hospital/clinic/laboratory related construction work consisting of but not limited to general construction, alterations, renovations, removal and replacement of existing structure, removal of existing building interior finishes, building interior site clearing, site clearing, earthwork, pavement, concrete, masonry, structural, carpentry, interior work, roofing work, mechanical, electrical, communications, HVAC, fire sprinkler systems, painting, building appurtenant work, infectious disease control, phasing of work in an operational hospital/clinic/laboratory environment, coordination with operational hospital/clinic/laboratory staff. The U.S. Army Corps of Engineers (USACE), Los Angeles District, anticipates a future procurement for these services. The magnitude of projects for task orders may range from $1,000,000 to $7,000,000 with a period of performance not to exceed 60 months. Locations of these projects are primarily within the geographical boundaries of USACE Los Angeles District (Southern California, Arizona and Southern part of Nevada), but the resultant contract may be used for locations within the geographical boundaries of the USACE South Pacific Division. CAPABILITY STATEMENT Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 236220: Commercial and Institutional Building Construction. The following requests are designed to apprise the US Army Corps of Engineers of any prospective contractors' project execution capabilities. Please provide your response to the following, which shall not exceed a total of eight pages. 1. Offeror's name, Data Universal Numbering System (DUNS) number, address, points of contact with phone numbers and e-mail addresses. SOURCES SOUGHT NOTICE VA MATOC - SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS DESIGN-BUILD & DESIGN-BID-BUILD SERVICES ANNOUNCEMENT NO: W912PL-15-S-0008 2. Interest in submitting a proposal on the solicitation when it is issued. 3. Bonding capability (construction bonding level expressed in dollars; along with current available bonding capacity) in the form of a Letter from Surety. Must be able to bond a single project in an amount from $1,000,000 to $7,000,000. 4. At least two projects of similar work performed and completed with a minimum final contact amount of $2,000,000 within the past 5 years as defined as from the date of issuance of this sources sought notice - brief description of the project (customer name, timeliness of performance, customer satisfaction, and dollar value of the project). 5. Certifications and Professional registration of key individuals (Site Safety Health Officer (SSHO), the Contractor Quality Control Systems Manager and the Site Superintendent. 6. Percentage of work anticipated to be executed with in-house resources. 7. Office locations and staffing. 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 are requested 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 USACE 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. Offers that do not meet all requirements or submit within the allotted time will not be considered. Potential offerors having the skill, capabilities and bonding necessary to perform the described work are invited to submit their responses and information via email to tina.a.frazier@usace.army.mil. The due date for responses is January 7, 2015 No later than 2:00 PM PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-S-0008/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles 915 Wilshire Blvd Los Angeles CA
- Zip Code: 90017
- Zip Code: 90017
- Record
- SN03603294-W 20141225/141223234318-5915e4b448804c817c72fb081dfb3f98 (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 |