Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

Z -- USACE SPK Construction - B-4156 Electrical Upgrades � Dugway Proving Ground, UT

Notice Date
2/8/2024 9:53:34 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824S0020
 
Response Due
2/22/2024 7:00:00 AM
 
Archive Date
03/08/2024
 
Point of Contact
Seth Teasdale
 
E-Mail Address
seth.k.teasdale@usace.army.mil
(seth.k.teasdale@usace.army.mil)
 
Description
This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential to relocating and replace the transformer at building 4156 to include performing approximately 100� of trenching and new conduit, upsizing the generator, replacing the primary switchgear and automatic transfer switch at Dugway Proving Ground. The anticipated requirement may result in a solicitation issued approximately July, 2024. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately 17 September 2024. It is estimated that the potential requirement can be completed within 720 calendar days. In accordance with Federal Acquisition Regulation (FAR) 36.204(f) the Government currently estimates the magnitude of construction for this project to be between $1,000,000 and $5,000,000 The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 238210- Electrical Contractors and Other Wiring Installation Contractors. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45 Million annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2AA Repair or Alteration of Office Buildings. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to perform the percent of work identified in the solicitation under FAR 52.236-1,�Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, Employer Identification Number�(EIN) or System for Award Management Unique Entity Identification number (SAM UEID), address, point of contact, phone number, and e-mail address. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). Respondents are encouraged to provide feedback regarding potential lead times and estimated timelines. Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Seth Teasdale, at seth.k.teasdale@usace.army.mil by 8:00 a.m. (MT) Thursday, 22 February 2024. Please include the Sources Sought Notice number, �W9123824S0020� in the e-mail subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c0616c73c8342ebabf6ad88cc94010e/view)
 
Place of Performance
Address: Dugway, UT, USA
Country: USA
 
Record
SN06960815-F 20240210/240208230058 (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.