SOURCES SOUGHT
Y -- TFI-PREDATOR BEDDOWN FOC.
- Notice Date
- 9/22/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- W912L2-09-B-0001
- Response Due
- 10/2/2009
- Archive Date
- 12/1/2009
- Point of Contact
- Thomas Schoening, 602-267-2804
- E-Mail Address
-
USPFO for Arizona
(thomas.schoening@az.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The USPFO for Arizona is conducting market research to determine the availability of U.S. Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone) Small Business sources with current relevant qualifications, experience, personnel, and capability of constructing a Predator Operations FOC building located at Davis Monthan AFB, in Tucson, Arizona. This procurement action consists of constructing approximately 17,000 GSF Building of Concrete Foundations and Slabs on grade, Split Face Integra CMU, smooth face standard cmu, structural steel and steel joists and decking, millwork, thermal insulation, rigid roof insulation and waterproofing, Standing seam metal roofing, metal studs, gypsum wallboard, painting, acoustical ceilings, toilet accessories, metal lockers and window coverings. Site work shall include, site utilities, asphalt demolition, site grading, landscaping and irrigation. Magnitude of the project is between $1,000,000.00 and $5,000,000.00. This project requires LEED Silver certification and contains a Sensitive Compartmented Information Facility (SCIF), an enclosed area within a building that is used to process Sensitive Compartmented Information (SCI) level classified information. The prime contractor must have the capability to perform the required percentages of the contract work with its own employees in accordance with the guidelines in FAR 52.219-3. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive HubZone set-aside or whether to issue a solicitation as a small business set-aside. The Government invites contractors with the experience and capabilities to submit a Capability Statement consisting of appropriate capability documentation and references. Respondents must include references and a capability statement for at least three completed projects within the last five years that are similar to this work and within approximately the same dollar magnitude of this notice between $1million - $5 million. For each reference include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with a letter from the bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or a subcontractor. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, overall performance ratings and evidence of the following specific capabilities: 1. Provide examples of 3 projects worked as a prime contractor within the last five years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. Provide only those projects demonstrating experience with constructing facilities that included a SCIF constructed in accordance with JAFAN 6-9 or DCID 6-9 or equivalent standard. Identify the standard in your response. 2. Provide examples of 3 projects worked as a prime contractor within the last five years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. Provide only those projects demonstrating experience with constructing facilities that included LEED AP staff and achieved LEED Silver project certification. 3. Bonding Capacity: Letter from your bonding company stating that you are capable of being bonded; Performance and Payment Bond (100% of contract value) in the range of $1 million to $5 million and your maximum bonding capacity per project along with your maximum aggregate bonding. 4. Provide proof of SBA certification for HubZone status. The Capabilities Statement for this sources sought is not to be a proposal, but rather short statements regarding the company's capability 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 Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among HubZone certified small business firms or to proceed with issuing a small business set-aside solicitation. Please respond to this announcement by 1:00 PM(EST), 02 October 2009, via email to Thomas.schoening@us.army.mil. The subject line of the email shall state: Predator FOC Sources Sought. The Government is under no obligation to consider information received after 02 October 2009 as part of the formal market research for this, or any future acquisition that may be contemplated Firms responding to this sources announcement, who fail to provide ALL of the required information requested, will not be considered by the Government in making the acquisition decision, which is the intent of the sources sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-09-B-0001/listing.html)
- Place of Performance
- Address: Davis-Monthan AFB 5262 E. Gafford Way Tucson AZ
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN01965480-W 20090924/090923001839-5f13aa2ed792e276faa357f8f5ee8f6c (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 |