Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2018 FBO #6196
SOURCES SOUGHT

Y -- Fuel Systems Maintenance Dock (FSMD) - Sources Sought Bidder Information Form

Notice Date
11/8/2018
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-19-B-0003
 
Archive Date
12/8/2018
 
Point of Contact
Jaime C. Scott Howard, Phone: 7572017158, Joy M. Wright, Phone: 7572017145
 
E-Mail Address
jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil
(jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Bidder Information Form This is a Sources Sought notice only; it is not a request for competitive proposals. There is no solicitation, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE: 236220. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Fuel Systems Maintenance Dock at Langley, VA. The Fuel System Maintenance Dock is a 2,800 SM steel hangar that consists of a standing seam metal roof, explosion proof light fixtures and switches, compressed air systems, foam waste distribution and pump station, special pile foundations, and mechanical air ventilation and fume protection. The facility will accommodate two F-22A aircraft with adjoining support spaces. The project will also relocate a liquid oxygen storage building (159 SM) and demolish the existing fuel system maintenance building (1,570 SM). Primary Facility includes electrical, static-grounded floor, plumbing, heating, compressed air system, fire detection/protection, mechanical air ventilation, fume detection, explosive-proof light fixtures and switches (NEC classified), wash-down drainage trenches. The site will require new utilities and earthwork to bring the topography above the FEMA flood elevation. The site work will also require the building and new utilities to avoid the large active underground power lines and sanitary sewer lines and work around soils with possible contamination from previous fuel spills. The anticipated period of performance is 540 calendar days. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. The order of magnitude for this effort is between $10,000,000.00 and $25,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought. Only interested, capable, qualified and responsive small business contractors with the minimum capabilities (i.e. Refer to Project Description & Description of Experience) are encouraged to reply to this Sources Sought announcement. Based on definitions above, for each project submitted, include: a.Current percentage of construction complete and the date when it was or will be completed. b.Scope of the project c.Size of the project d.Dollar value of the project e.The portion and percentage of work that was self-performed The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute. It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information: General Information: 1. Bidders must complete the attached Sources Sought Bidder Information Form to detail the following: 2. Company name, address, phone number and point of contact. 3. Indicate business size in relation to the NAICS code 236220. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 4. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages and shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. The level of performance and payment bonding capacity that the company could attain for the proposed project. 6. Descriptions of Experience - Provide descriptions of your firm's past experience on projects with: a. Demonstrate experience with horizontal construction b. Demonstrate experience with construction of electrical classified areas (national electric code NEC) c. Demonstrate experience working in an environmentally sensitive area (petroleum contaminated soils) d. Demonstrate experience with sprinkler and foam fire protection system commissioning e. Demonstrate experience with compliance with VA DEQ permit requirements f. Demonstrate experience with aircraft hangar/towway construction 7. Provide three (3) examples of successful projects similar to requirements described in the project description above that have been accomplished within the past six (6) years. Please demonstrate six (6) continuous years of successfully accomplishing this type of work at a similar contract value, in a similar type of location. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. All submitters shall include point of contact information for work examples provided, and past performance on the projects, so that verification can take place. Submitters with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at jaime.c.scott@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. All responses to this announcement may be sent electronically to jaime.c.scott@usace.army.mil with copy furnished to joy.m.wright@usace.army.mil no later than 1:00p.m. (EST), 23 November 2018. Limit capability briefing package to 10 pages. Email is the preferred method by USACE to receive responses to this synopsis. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-19-B-0003/listing.html)
 
Place of Performance
Address: Langley Air Force Base, Langley, VA, United States
 
Record
SN05148077-W 20181110/181108231100-c0c48953a3b49b66c611bdbdd7e70478 (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.