Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2012 FBO #3792
SOURCES SOUGHT

Y -- JFP Staging Area/Signalized Intersection Project, at Folsom State Prison, Folsom, CA.

Notice Date
4/10/2012
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-S-0513
 
Response Due
4/27/2012
 
Archive Date
6/26/2012
 
Point of Contact
Duane William Bell, 916-557-5326
 
E-Mail Address
USACE District, Sacramento
(duane.w.bell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91238-12-S-0513 (04/11/12) 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 Duane Bell at duane.w.bell@usace.army.mil. All responses will used to determine the appropriate acquisition strategy for a possible 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: Total Small Business, Certified 8(a), Certified HUB Zone, Women Owned, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned, and Disadvantaged Small Business, for the JFP Staging Area Signalized Intersection Project at the Folsom State Prison, Folsom, CA. 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 Other Than Small Business interest, however, preference will be given to the Small Business categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. The project is planned for advertisement (Solicitation) in July 2012. The estimated cost range according to FAR 36.204 is between $500,000 and $1,000,000. The NAICS Code is 238210, the size standard is $14.0 million, and the Federal Supply Code is Y1PZ, Construction of Other non-building facilities. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the awarded concern will perform at least 15% of the cost of the contract with its own employees (not including the cost of materials). PROJECT DESCRIPTION Work involves the installation of a four (4) way signalized intersection at the intersection of Folsom Lake Crossing and the Folsom State Prison Driveway, per plans and specifications that will be provided in a possible future solicitation. The project also involves minor grading, asphalt concrete paving, pavement markings, and a security fence installation, per plans and specifications that will be provided in a possible future solicitation. This will be a Lump Sum contract. Contractor's License: Class A - General Engineering or C-10 - Electrical Contractor minimum requirements for traffic signal installation. Paving and grading will require a Class A - General Engineering license. Contractor shall submit Experience Statements demonstrating experience in the installation of traffic signals and controls. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractor's project execution capabilities. Please provide your response with the following information. The submission is limited to twenty (20) pages. 1) The Offerors name, address, point of contact, phone number, and e-mail address. 2) The Offeror's interest in bidding on the solicitation if it is issued. 3) The 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) The offeror's type of small and Business Size (Small Business, Certified 8(a), HUB Zone, Women Owned, Veteran Owned, Small Disadvantaged and/or Service Disabled Veteran Owned Small Business). 5) The Offeror's Joint Venture or Teaming information if applicable - existing and/or potential. 6) Offeror's Bonding Capability in the form of a Letter of Surety. The Capabilities Statement for this Sources Sought is not expected to be a Request for Proposal (RFP) or Invitation for Bid (IFB), 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 a 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 it's analysis, the Government will determine whether to limit competition among HUB Zone, Certified 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business, Veteran Owned, Total Small Business, and Women Owned Small Business or proceed with full and open competition as Other Than Small Business. Offers that do NOT meet all requirements or do not submit within the allotted time will NOT be considered. All interested contractors should notify this office in writing, by email or regular mail by 1:00PM Pacific Time on April 27, 2012. Submit response and information via email to: duane.w.bell@usace.army.mil or via regular mail to: Duane Bell, CESPK-CT-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814. Regular mail and email responses will be accepted. Facsimile responses will not be accepted. Interested firms shall respond to this Sources Sought Synopsis no later than 1:00 PM, April 27, 2012. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-S-0513/listing.html)
 
Place of Performance
Address: Folsom State Prision 300 Prison Road Folsom CA
Zip Code: 95671
 
Record
SN02717822-W 20120412/120410234617-b408011a924c44a906ea0436e473ab0b (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.