SOURCES SOUGHT
Z -- DB EMCS Camp Parks - Sources Sought
- Notice Date
- 2/2/2017
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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
- W91238-17-S-0815
- Archive Date
- 3/8/2017
- Point of Contact
- Deanna C. Zemovich, Phone: 9165577027
- E-Mail Address
-
deanna.c.zemovich@usace.army.mil
(deanna.c.zemovich@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought W91238-17-S-0815 W91238-17-S-0815 This is a SOURCES SOUGHT NOTICE for 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 Deanna C. Zemovich at Deanna.C.Zemovich@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 the installation of LED street lights, wall pack LED light fixtures, and weatherization features in/around specific building doorways, windows, and roofs. 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 to indicate their interest in the project; 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 near the end of April 2017. In accordance with FAR 36.204(f), the estimated value of the resulting contract is expected to be between $1M and $5M. It is estimated to have a duration of 365 days or less. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 238210, the size standard is $15.0 million, and the Federal Supply Code is Z2QA Commercial and Institutional Building Construction. 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 for specialty general construction. Under 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 15 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The Sacramento District of the U.S. Army Corps of Engineers has an upcoming project for the implementation of Energy Conservation Investment Program (ECIP) for Energy Management Control System (EMCS) features, which includes a variety of infrastructure enhancements to be installed/added to existing buildings and their infrastructures for the purpose of energy conservation in compliance with the ECIP requirements at the Parks Reserve Forces Training Area (PRFTA) in Dublin, CA 94568. The Project will be a Design/Build, and will consist of installing LED street lights, wall pack LED light fixtures, and weatherization features in/around specific building doorways, windows, and roof. The project also includes installation of four electrical poles that facilitate a low voltage line extension. Camp Parks has been selected by the Army as one of its six Net Zero pilot installations in the Energy category. A Net Zero energy installation is to produce as much energy on site as it uses over the course of a year. This project is to assist with contributing energy savings towards that goal. The basic approach to the construction is the installation of new LED street lights, which consist of the replacement of existing roadway lighting (located along various roadway locations) with new LED street lights (quantity of 50 in all) using as much of the current infrastructure as possible. In addition, the Wall Pack LED light fixtures (quantity of 200 in all) are to replace existing and install new wall mounted LED light fixtures located at various locations throughout the installation. Finally, the weatherization of existing buildings shall consist providing weather stripping of barrack doorways, new doors, resealing of windows for up to 30 structures as well as a single 30,000 square foot roof replacement,. 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 10 pages. 1) Offeror's name, DUNS#, 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 contracts 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 socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 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. Please ensure that all information is submitted as one (1) document. 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, etc., 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 may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on February 21, 2017. Submit response and information through email to: Deanna.C.Zemovich@usace.army.mil and reference the Sources Sought Number: W91238-17-S-0815 in your reply.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-S-0815/listing.html)
- Place of Performance
- Address: Parks Reserve Forces Training Area (PRFTA), Dublin, California, 94568, United States
- Zip Code: 94568
- Zip Code: 94568
- Record
- SN04388614-W 20170204/170202234258-83278e9a89dfc7f299660de86d17ec2c (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 |