Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOURCES SOUGHT

Y -- Design-Build (D-B) F22 Systems Support Facility, Hill AFB, Utah

Notice Date
8/11/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-11-S-0223
 
Response Due
8/26/2011
 
Archive Date
10/25/2011
 
Point of Contact
Connie L Newell, 916-557-5229
 
E-Mail Address
USACE District, Sacramento
(connie.l.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type 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 to Connie Newell 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 to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Design-Build (D-B) F22 Systems Support Facility, Hill AFB, Utah contract. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. 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. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in October 2011. The estimated cost range according to the DFARS 236.204 is between $10,000,000 and $ 25,000,000. The NAICS Code is 236220, the size standard is $33.5 million, and the Federal Supply Code is Y119, Other Administrative Facilities and Service Buildings. The duration of the project is less than 540 calendar days. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. 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. PROJECT DESCRIPTION Design-Build (D-B) a New Two-Story F-22 System Support Facility (3,389 SM). Construction will consist of steel reinforced CMU masonry exterior walls, steel reinforced concrete footings/foundation/floor slab and an insulated standing seam metal roof. Interior will include Administrative, office space (support operations & supervision), break rooms, classified conference/training rooms, classified video teleconference center (VTC) capability, large secured conference room (150 person capacity), classified records and equipment storage. Interior to be provided with fire detection/suppression. Contractor should have experience/familiarity with AF security building/construction system requirements; anticipate the requirement for cipher locks, Intrusion Detection System (IDS) and secured electronic communications network (SIPRNET, TEMPEST protection, etc.) and all other required support for a complete and usable facility. Contractor should be aware that the multi-story facility foundations may penetrate a contaminated ground water plume anticipated under at least part of the project site. Exterior to include utility connections, parking/pavements, area lighting, site improvements and fencing. Antiterrorism/Force Protection measures will comply with DoD standards. The Contractor shall develop and complete the designs and construct the facilities. The Contractor will be given a "buildable area" boundary, to best locate/layout the proposed facility. The Design-Build Contractor may be required to perform any necessary geotechnical investigation yielding a geotechnical report that shall be used as a basis for design. Likewise, the D-B Contractor may 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 normal "completed design before construction begins" process (NOT Fast Track). All review comments for the work must be appropriately addressed and applicable construction techniques for unusual construction conditions must be properly defined and accepted and direction received from Contracting Officer prior to the start of construction. 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. The submission is limited to 20 pages. 1) Offeror's name, address, point of contact, phone number, DUNS# and EMAIL address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety 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 company's 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 Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on August 26, 2011. Submit response and information to: Ms. Connie Newell, CECT-SPK-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Connie.L.Newell@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-S-0223/listing.html)
 
Place of Performance
Address: US Air Force Hill AFB Hill AFB UT
Zip Code: 84056
 
Record
SN02530058-W 20110813/110811234912-06ede37a9f504fc2ef5dea268444cbde (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.