Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOURCES SOUGHT

Z -- USACE SPK DB Construction - OH to UG Power and Communication Upgrades - FHL, CA

Notice Date
3/8/2024 1:19:19 PM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824S0022
 
Response Due
3/25/2024 1:00:00 PM
 
Archive Date
04/09/2024
 
Point of Contact
Constantinos Laliotitis, Phone: 9165577621
 
E-Mail Address
constantinos.laliotitis@usace.army.mil
(constantinos.laliotitis@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. The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for Design Build (DB) construction services to identify existing overhead (OH) power and cable lines and design the replacement of these elements with the construction of new underground (UG) wiring and fiber optic/copper infrastructure and new underground copper feeders at Fort Hunter Liggett (FHL), Monterey County, California (CA). This project is anticipated to include demolition and removal of remaining wooden support poles, and replacement of poles with attached overhead lighting and aluminum light poles, installation of new underground feeder infrastructure for any wooden utility poles with operational pole mounted transformers and the replacement of pole mounted transformers with new, pad mounted transformers with equivalent Kilo-volt-amperes (kVA) rating that is reconnected to the existing buildings� main distribution panels. Geographical areas covered by this project are unconnected and spread out over large areas of the Fort Hunter Liggett area of responsibility. Peripheral aspects of this project may also include erosion control, traffic control and the unification of new and existing underground power and communication infrastructure. The potential requirement may result in a firm-fixed-price solicitation issued approximately April 2024. If solicited, the Government intends to award the contemplated requirement as a fixed-price contract by approximately September 2024. The Government estimates the anticipated requirement can be designed within two-hundred-seventy-five (275) days and constructed within seven-hundred-thirty days (730) calendar days. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 36.204(i) the Government currently estimates the magnitude of construction for this project to be between $10,000,000 and $25,000,000. Due to funding restrictions, the Government may consider soliciting a smaller requirement, which may be estimated� between $5,000,000 and $10,000,000 in accordance with Federal Acquisition Regulation (FAR) 36.204(g). The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237130, Power and Communication Line and Related Structures Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45,000,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2NZ, Repair or Alteration of Other Utilities. 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, 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, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers. 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). 5) Market Research Questions. In addition to providing the information above, please:� - Confirm if you are capable and interested in performing a smaller dollar value procurement ($5M-$10M) or a larger dollar value procurement ($10M to $25M) or both ($5M to $25M). - State the longest time period you would accept for award of optional work, if the requirement were structured with a smaller base requirement and optional contract line-item numbers to perform additional aspects of the project. - Explain available tools and/or machinery available to complete subterranean electrical infrastructure construction, or ability to obtain necessary tools and/or machinery to perform required construction. 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 email to the Contract Specialist, Costa Laliotitis at Constantinos.Laliotitis@usace.army.mil by 1300 / 1:00 p.m. (PDT) Monday, 25 March 2024 Please include the Sources Sought Notice number, �W9123824S0022� in the e-mail subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc9320edc8d445ebaf2f6cb64c8736b9/view)
 
Place of Performance
Address: Monterey, CA, USA
Country: USA
 
Record
SN06991310-F 20240310/240308230110 (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.