Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOURCES SOUGHT

99 -- Maintenance Hangar, Yuma Proving Ground, AZ

Notice Date
10/15/2020 9:18:56 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21S0002
 
Response Due
11/15/2020 10:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Sandra Oquita, Phone: 2134523249, Fax: 2134524184, Jimmy L Barton, Phone: 2134523251
 
E-Mail Address
sandra.oquita@usace.army.mil, jimmy.l.barton@usace.army.mil
(sandra.oquita@usace.army.mil, jimmy.l.barton@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement, a market survey for information only to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman-Owned and SDVOSB businesses are highly encouraged to participate. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government will use responses to this sources sought to make an appropriate acquisition decision. The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and potentially award a design-bid-build project to construct a two-bay, fixed wing aircraft operations and maintenance hangar at Yuma Proving Ground that includes maintenance bays, flight detachment administration and operations, maintenance support, freight elevator, tool and parts storage, and shop space. The facility will include a wash rack with catch basin and collective water recycling system, fall protection, bridge crane, oil water separator, and separate oil and hazardous material storage areas. Built-in building systems include fire alarm/mass notification, fire suppression, energy management controls, advanced communications network, intrusion detection systems, electronic access control, energy monitoring control systems connection, and a protected distribution system. Construction consists of concrete foundation and floor slab with metal frame structure. The project includes construction of access taxiways and aprons. Supporting facilities include infrastructure upgrades such as a new water storage tank, upgrades to sewage lagoons, and flood mitigation measures. Other supporting facilities include all related site-work and utilities (electrical, water, gas, sanitary sewer, and information system distribution), lighting, parking, access drives, roads, curb and gutter, sidewalks, landscaping, and other site improvements. Department of Defense principles for high performance and sustainable building requirements will be included in the construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the construction of this project as appropriate. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current Department of Defense criteria. Access for individuals with disabilities will be provided. Comprehensive interior design is included. The proposed project will be a Negotiated Procurement using the Best Value Trade-Off process in accordance with FAR Part 15.101-1, ""Tradeoff Process"" to result in a competitive, firm-fixed price contract. The results and analysis of the market research will determine the acquisition decision. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $25,000,000.00 and $50,000,000.00. Estimated duration of the project is 730 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220 -- Commercial and Institutional Building Construction. The Small Business Size Standard is $36,500,000.00. Classification Code: Y -- Construction of structures and facilities. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 20% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Firms' response to this synopsis shall be limited to 5 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Firm's name, address, point of contact, phone number and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work provided above (include the firm's capability to execute construction and comparable work performed within the past eight (8) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. The ability to successfully complete airfield paving and hangar fire suppression systems must be demonstrated in the project submissions. Provide at least three (3) project examples with a maximum of one (1) page per project. 4. Firm's Business size (Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. Firm's Joint Ventures (existing and potential, if applicable) including mentor-prot�g� and teaming arrangement information. 6. Firm's Bonding capability (Firms MUST be able to Bond over $25,000,000.00 - 50,000,000.00) (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firms shall respond to this Sources Sought synopsis by email� no later than 16 NOVEMBER 2020 by 10:00 am. (PDT). All interested firms must be registered in SAM (System Acquisition Management) to be eligible for award of Government contracts. . The email address is: sandra.oquita@usace.army.mil. Phone number 213 452-3249 RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Primary Point of Contact: Sandy Oquita, Contracting Officer sandra.oquita@usace.army.mil Phone: 213 452-3249 Fax:� 213 452-3176 � Secondary Point of Contact: Jimmy BartonSandra Oquita, Contract Specialist jimmy.l.barton@usace.army.mil Phone: 213 452-3251 Fax: 213 452-3176
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24e2ba185b1b449dab5f6bcd83a948f6/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ, USA
Country: USA
 
Record
SN05829191-F 20201017/201015230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.