SOURCES SOUGHT
Z -- Improvements for the 9th TSG Army Reserve Facilities, Tafuna, American Samoa
- Notice Date
- 4/17/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-15-Z-0009
- Response Due
- 4/30/2015
- Archive Date
- 6/16/2015
- Point of Contact
- Graeme Silva, 808-835-4380
- E-Mail Address
-
USACE District, Honolulu
(graeme.l.silva@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W9128A-15-Z-0009 Sources Sought The purpose of this notice is to perform SOURCES SOUGHT/MARKET RESEARCH. This is NOT a Solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. RESPONSES ARE REQUESTED FROM ALL INTERESTED FIRMS (LARGE AND SMALL BUSINESSES). The U.S. Army Corps of Engineers, Honolulu District, is conducting market research to determine potential sources having the qualification, experience, and bonding necessary to perform the described work. This is a design-bid-build project. The work to be performed under this notice is for the improvements for the 9th TSG Army Reserve Facilities, Tafuna, American Samoa. The work includes installation and replacement of new water pump, installation and replacement of back flow preventer, installation of motorization of a roll up door, motorized entry gate and installation of fencing, installation and replacement of existing lighting fixtures with energy products, installation of insulation ceiling insulation, and installation of motion, heat and sound sensors. The Government intends to award a firm-fixed-price construction contract. The North American Industry Classification code (NAICS) is 236220 - Commercial and Institutional Building Construction. Size Standard for this project is $36.5 Million. The project magnitude is between $1,000,000 and $5,000,000. The Government may use responses to this market survey to make an appropriate acquisition decision for this project. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. Interested PRIME CONSTRUCTION CONTRACTORS should submit a narrative demonstrating their specific experience to the project scope requirements listed above. Respondents should also consider the geographical location of this project, and the bonding requirements. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY shall include the following: A.Your intent to submit for this project when it is formally advertised. B.Name of firm with address, phone and point of contact. Indicate whether or not your firms is a U.S. firm or a foreign firm. C.CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. D.Size of firm (large or small), to include category of small business if applicable, such as 8(a) small business, Historically Underutilized Business Zone (HUBZone) small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Businesses (WOSB). E.Firm's Bonding Capability in the form of a letter from the Surety - single and aggregate capability. An original letter from the contractor's surety stating that the contractor has sufficient bonding capacity for performance and payment bonds equal to or greater than the proposed price, and the surety's assurance that it intends to provide such bonds if the contractor is awarded the contract. F.Contract data sheet identifying your recent and relevant experience that would qualify your firm to perform the specified type of work. This should include documentation of specialized experience and past performance in performing similar projects. Submit no more than five (5) past completed projects within the past five (5) years from the date of this Sources Sought. Provide any additional information to further substantiate the capabilities of your firm to perform the specific type of work that this project involves. Where to send responses: Submit responses to Mr. Graeme Silva via email at graeme.l.silva@usace.army.mil Response deadline: April 30, 2015 at 1:00 p.m. (Hawaiian Standard Time) Place of Performance: 9th TSG Army Reserve Facilities, Tafuna, American Samoa Contracting Office Address: USACE District, Honolulu, Building 230, Otake Street, Room 103, Fort Shafter, HI 96858-5440 Point of Contact(s): Graeme Silva, 808-835-4380 Email address: graeme.l.silva@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-15-Z-0009/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN03702868-W 20150419/150417234417-f92367e57ef8dbff37b0786f5883ef95 (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 |