Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2009 FBO #2712
SOURCES SOUGHT

Y -- Design-Build (D-B) Concrete Foundation and Slab for a T-10 Type Engine Test Cell Hush House

Notice Date
4/28/2009
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
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-9118
 
Response Due
5/13/2009
 
Archive Date
7/12/2009
 
Point of Contact
Connie L Newell, 916-557-5229<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 Connie.L.Newell@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 all categories for Design-Build (DB) of a concrete foundation and slab (4,000 SM) for a T-10 Type Engine Test Cell Hush House. The capabilities will be evaluated solely for the purpose of determining whether to solicit this project either as a competitive 8(a), Service Disabled Veteran Owned (SDVO), HUBZone, or a Total Small Business set-aside. Other than small 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 July 2009. The contract duration is NTE 270 days and the estimated cost range according to the FAR is $ 1,000,000 to $ 5,000,000. The NAICS Code is 238110, the size standard is $ 14.0 million (average annual receipts for preceding three fiscal years), and the Federal Supply Code is Y293, Construction/Unimproved Real Property. All interested contractors should notify this office in writing by EMAIL or mail by 5:00 PM Pacific Time on May 13, 2009. Submit response and information: via EMAIL to: Connie.L.Newell@usace.army.mil or via Mail to: Connie Newell, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814. PROJECT DESCRIPTION This project provides for a concrete foundation and slab (4000 SM) for a T-10 type Engine Test Cell Hush House. This project will include the concrete pad, access pavement, all required utilities, and necessary site work. The Contractor shall develop and complete the design and construction. The Design-Build Contractor will be required to perform a geotechnical investigation yielding a geotechnical report that shall be used as a basis for design. Likewise, the D-B Contractor will be required to perform a topographical survey; also a basis for design. Following award, the contract will proceed as follows: This project will follow a Fast Track process (design and construction allowed to progress as parallel activities). The D-B Contractor will have discretion as to when submittals will be made and the content of the submittals --- within the guidelines of the RFP. All design review comments for the work and applicable construction techniques for unusual construction conditions must be appropriately addressed and direction received from Contracting Officer prior to the start of construction activities. 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 with no more than three (3) example projects for each capability and individual examples may cover more than one capability. 1) Have you ever worked on a design build contract for the construction of concrete foundation and slabs similar in nature to this project (size, scope, complexity, and dollar value) in the last 3 years? If so, please describe the overall project and describe the work; no more than three (3) example projects. 2) Describe experience constructing medium airfield pavement and provision of 100 kilopounds (kip) load tie-down anchor(s). 3) Describe design experience in relation to required geotechnical investigation and topographical survey. 4) Describe any recent and relevant design build construction experience within the last 6 years. 5) Statement from contractors bonding company identifying both the per contract and aggregate bonding limits. 5) Provide proof of SBA certification for either 8a or HubZone status. 6) 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. 7) Statement Under FAR 52.236-1 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=6b3d9ca0a806ef789b46d2ad7cfe2b4e&tab=core&_cview=1)
 
Place of Performance
Address: US Air Force Building 366 Hill AFB UT<br />
Zip Code: 84056<br />
 
Record
SN01804121-W 20090430/090428221922-6b3d9ca0a806ef789b46d2ad7cfe2b4e (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.