Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2009 FBO #2677
SOURCES SOUGHT

Y -- General Instruction Buildings at Presidio of Monterey, California

Notice Date
3/24/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-S-9083
 
Response Due
4/17/2009
 
Archive Date
6/16/2009
 
Point of Contact
Samantha Ahle, 916-557-5193<br />
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of potential small business categories for potential small business 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 at samantha.e.ahle@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 in the following categories: certified 8a, certified HUB Zone, Service-Disabled Veteran-Owned Small Business SDVOSB and other Small Business, to Construct two General Instruction Buildings at Presidio of Monterey, California (FY09 Base Bid being approximately a 47,000 SF 2-story reinforced masonry facility and FY10 Optional Bid being approximately a 110,000 SF 4-story structural steel frame Facility). The capabilities will be evaluated solely for the purpose of determining whether to Set-Aside for the Small Business Community OR to conduct as an UNRESTRICTED Procurement. LARGE BUSINESSES may respond to this NOTICE in the event the market does not indicate SB interest; however, preference will be given to the SB categories listed above. Responses will be used to determine appropriate acquisition decisions for a future procurement. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in June 2009. The contract duration is 540 calendar days with 180 additional calendar days for the Option bid, and the estimated cost range according to the FAR is $25,000,000 to $100,000,000. The NAICS Code is 236220, the size standard is $33.5 million (average annual receipts for preceding three fiscal years), and the Federal Supply Code is Y199, Construction of Miscellaneous Buildings. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on April 17, 2009. Submit response and information to: Samantha Ahle, CECT-SPK, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or samantha.e.ahle@usace.army.mil PROJECT DESCRIPTION The subject project is to construct two General Instruction Buildings (FY09 Base Bid being approximately a 47,000 SF 2-story reinforced masonry Facility and FY10 Optional Bid being approximately a 110,000 SF 4-story structural steel frame Facility). Both Buildings include classrooms, staff and faculty offices, storage, test control areas, conference room, multi-purpose training areas, cultural rooms, curriculum resource areas, break areas and other academic support areas. Supporting facilities include all utilities and mechanical systems support, fire protection and alarm systems, parking, paving, walks, curbs and gutters, storm drainage, robust information/network support systems and site improvements. The design shall provide for persons with disabilities. Antiterrorism/Force Protection measures include standard features for new facility construction to include laminated glazing and site limiting landscaping features. Heating and air conditioning shall be provided by self contained systems. 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 questions. 1) Have you ever worked on a construction contract similar in nature to this project (size, scope, complexity, and dollar value) in the last 6 years? If so, please describe any recent and relevant experience in constructing new multi-story (greater than 3-stories in height) structural steel frame buildings that require erection by a crane (preferably on a facility that has strict security requirements [i.e. military installation or prison]) including coordinating submittal Independent Technical Reviews. 2) Describe experience of safely coordinating work on a tight sloped site with occupied adjacent buildings, maintaining pedestrian circulation to occupied adjacent buildings during the construction work, working a flexible schedule to prevent unusually noisy activities from disturbing occupants in adjacent buildings, coordinating relocation of underground utilities (i.e. gas, power, sewer, water), meeting strict project turn-over schedules, installing fire protection systems (i.e. alarm and sprinkler systems), coordinating/obtaining the fire protection design with a Fire Protection Engineer and meeting LEED sustainability requirements. 3) Proof of anticipated remaining bonding capacity at time of projected award in September 2009; documentation must be in the form of a statement from the contractors bonding company identifying both the per contract and aggregate bonding limits. 4) Provide proof of SBA certification for 8a, SDVOSB, HubZone or Small Business status. Statement Under FAR 52.219-14(b)(3), Limitation on Sub-contracting: General Construction. The concern (sic prime contractor) will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Statement Under FAR 52.236-1, Performance of Work by the Contractor: The contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. 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 companys 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. 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, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=965b43f531fcf92ec643381a3548af16&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01776142-W 20090326/090324215849-965b43f531fcf92ec643381a3548af16 (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.