Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2016 FBO #5158
SOURCES SOUGHT

Y -- Design-Bid-Build (DBB) Construction of an Administration Building and Warehouse, Kernville, CA - Sources Sought

Notice Date
1/5/2016
 
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
W91238-16-S-0003
 
Archive Date
2/29/2016
 
Point of Contact
Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
Melissa.A.DeNigris@usace.army.mil
(Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USFS Warehouse Concept Design USFS Admin and Warehouse Concept Plan USFS Admin and Warehouse Site Plan This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The U.S. Army Corps of Engineers, Sacramento District is conducting market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. The Sacramento District is conducting this market research to identify businesses which have the capability to construct a U.S. Department of Agriculture Forest Services administration building and warehouse in Kernville, California. The purpose of this NOTICE is to gain knowledge of potential small business sources to include small businesses in the following categories: Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran Owned Small Business. The capabilities will be evaluated solely for the purposes of determining 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 market research does not indicate Small Business interest, however, preference will be given to the Small Business categories listed above. The Government must ensure there is adequate competition among the pool of available contractors. The project is planned for advertising in MARCH 2016. Please consider this an estimated timeframe. The NAICS code is 236220, the size standard is $36.5M and the Federal Supply Code (FSC) is Y1AZ, Construction of Other administrative facilities and services buildings. The resulting contract type is expected to be Firm-Fixed-Price. In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the estimated value of the resulting contract is expected to be between $5M and $10M. It is expected to have a construction duration of approximately 8 months. Under FAR guidelines 52.219-14, any Small Business or 8(a) concern will be perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. In accordance with FAR 52.236-1, any Other-Than-Small Business concern 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: Construct a U.S. Department of Agriculture Forest Service (USFS) administration building and warehouse on Government owned property at the corner of Kernville Road and Sierra Way (SR 521) in the city of Kernville, CA. The approximately 9785 SF administration building will be bid into two parts: a base bid of approximately 5400 SF and a bid option for an approximately 4300 SF addition. A 2700 SF warehouse will also be part of the base bid. The administration building will consist of a single story wood framed building with a standing seam metal roof. The base bid portion of the administrative building will contain employee and visitor restrooms, a lobby, map/copy rooms, a break room, electrical and mechanical system rooms, various large open space employee working areas and numerous offices. The bid option portion of the administration building will add a public meeting room, additional offices and open space employee work areas. Common features of both base bid and optional bid portions will be energy efficient lighting, roof mounted photovoltaic (PV) panels, energy efficient HVAC systems, security systems, system furniture and LEED certification. The 2700 SF slab on grade warehouse will contain a large two bay storage area, rolling entrance doors, exercise and cache rooms and a unisex restroom. The roof will be standing seam metal construction and match the administration building. PV panels will also be mounted on the roof. The site will require moderate grading, paving (asphalt & concrete cement), construction of a septic leach field, installation of drought tolerant landscaping, construction of an irrigation system, construction of retaining walls, connection to the local water and electrical lines and site fencing. The contract will also include moving of USFS furniture and equipment from the existing Lake Isabella Ranger Station and the Kernville Ranger Station into the new buildings at the end of construction. Due to schedule constraints, an 8-month construction duration is required. CAPABILITY STATEMENT: All interested offerors are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to ten (10) pages total and shall include the following information: 1. Offerors's name, DUNS number, address, point of contract, phone number and email address; 2. Offeror's interest in bidding on the solicitation when it is issued; 3. Offeror's capability to perform contracts of this magnitude, complexity and comparable work performed in 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 three (3) examples; 4. Offeror's business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business); 5. Offeror's Joint Venture information if applicable - existing and potential; and 6. Offeror's Bonding Capability in the form of a letter from the 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. If a response does not show that the respondent meets the project description and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. 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. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or Other-than-Small Business is within the discretion of the Government. Submit responses via email to Melissa DeNigris at Melissa.A.DeNigris@usace.army.mil no later than 3pm (PST) 19 January 2016. Please include the Sources Sought No. W91238-16-S-0003 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-S-0003/listing.html)
 
Record
SN03982964-W 20160107/160105234533-edf2b193091689e58f0a8978491fa9ea (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.