Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2015 FBO #4871
SOURCES SOUGHT

Y -- Inland Fire Station DES Addition

Notice Date
3/25/2015
 
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
W91238-15-S-084A
 
Archive Date
4/17/2015
 
Point of Contact
Dennis D Wagner II, Phone: 1-916-557-5195
 
E-Mail Address
Dennis.D.Wagner@usace.army.mil
(Dennis.D.Wagner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91238-15-S-084A (03/25/2015) 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 IS 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 Mr. Dennis D. Wagner II at Dennis.D.Wagner@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 Inland Fire Station DES Addition (MOTCO) Concord, CA. 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 May 2015. The estimated cost range according to the FAR 36.204 is between $ 1,000,000 and $ 5,000,000. The NAICS Code is 236220, the size standard is $33.5 million, and the Federal Supply Code is Y199, Miscellaneous Buildings. The duration of the project is less than 395 calendar days. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the 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 The contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Description of Work: The installation (previously known as the Concord Naval Weapons Station) is now known as Military Ocean Terminal Concord (MOTCO), which the Department of the Army has taken possession from the Department of the Navy several years ago. The required work elements include, but may not be limited to the following; Construct new addition to existing Inland Fire Station and new Communications Antenna. Addition will be seismically separated from existing building. Addition will be operated and occupied by Department of Emergency Services (DES) staff on a 24 hour a day basis, providing dispatch for emergency, security and fire response for the MOTCO. The Inland Fire Station DES Addition is located on the south end of the existing Inland Fire Station. The Inland Fire Station is located near the corner of Leyte Street and Kinne Boulevard. The addition will connect to the existing building and provide direct access if required between the Addition and the existing building. One side of the building looks out toward Leyte Street. The opposite side of the building faces a landscaped area with sidewalks providing access from a vehicle parking area. The finish floor elevation of the Addition will be the same as the existing finish floor elevation of the fire station. The south end of the Addition faces Kinne Boulevard and contains the exterior access to both the mechanical yard and the electrical room. The portion of the site where the new Addition will be located is currently a lawn area. All the lawn in the area of the Addition will be removed. A few of the large existing trees, will be removed because they are either within the Addition footprint or would be adversely affected by the grading for the building due to their close proximity to the new construction. The grade of the Addition will be nearly 4 feet higher than the current elevation of the ground at the drip line of the trees. The construction will consist of concrete masonry units with a metal standing seem roof Antenna Tower. New Communications Antenna will be added to accommodate Dispatch functions. Antenna tower will be approximately 80-feet high and house six (6)-DB224 Antennas for communication. Antennas need to be mounted at 40 ft, 60 ft, and 80ft. Tower will be provided with Lightning Protection which in turn will be connected to the Tower and Building Grounding Electrode System. Antennas will be fed to the dispatch equipment through the underground ductbank. These cables will be grounded at least on 3 different locations to protect against lightning strikes. In addition, they are to have surge suppression once they enter the server room. Placement of tower shall be no more than 30 feet from the building. 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 submission is limited to 20 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 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. All interested contractors should notify this office in writing by email or mail by 4:00 PM Pacific Time on April 2, 2015. Submit response and information: via EMAIL to: Dennis.D.Wagner@usace.army.mil or via Mail to: Dennis D. Wagner II, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-S-084A/listing.html)
 
Place of Performance
Address: MOTCO, Concord, California, United States
 
Record
SN03678273-W 20150327/150325234731-3155e99351f11d55f261fef7543ac946 (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.