Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2017 FBO #5556
SOURCES SOUGHT

Z -- 11 Standard Magazines at SIAD - Sources Sought

Notice Date
2/6/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-S-0695
 
Archive Date
3/10/2017
 
Point of Contact
Deanna C. Zemovich, Phone: 9165577027
 
E-Mail Address
deanna.c.zemovich@usace.army.mil
(deanna.c.zemovich@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91238-17-S-0695 This is a SOURCES SOUGHT NOTICE for 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 Deanna C. Zemovich at Deanna.C.Zemovich@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 the replace concrete dock with new concrete dock; replace gutters and downspouts; replace steel doors with roll-up cargo doors; replace steel windows with vinyl windows; replace exterior brick cells in walls; and encapsulate existing asbestos ceiling with new drywall ceiling. 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 to indicate their interest in the project; 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 near the end of April 2017. In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be between $5M and $10M. It is estimated to have a duration of 365 days or less. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 236220, the size standard is $36.5 million, and the Federal Supply Code is Z2EA Repair or Alteration of Ammunition facilities. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The Sacramento District of the U.S. Army Corps of Engineers has an upcoming project for the rehabilitation work of 11 Standard Magazine buildings at Sierra Army Depot, Herlong, CA. The project includes a variety of building repairs to be installed/added to existing 220' x 52' buildings. The Project will be a Design-Bid-Build, and will consist of the replacement of the concrete docks with new concrete docks; the replacement of gutters and downspouts; the replacement of steel doors with roll-up cargo doors; the replacement of steel windows with vinyl windows; the replacement of exterior brick cells in walls; and the encapsulation of the existing asbestos ceilings with new drywall ceilings. Elevated Concrete Dock 1. Replace the existing 220' long x 10' wide x 4' high elevated reinforced concrete dock of 11 Standard buildings. 2. Backfill shall be placed and compacted against each building. 3. New 1' thick reinforced concrete dock shall be constructed. Backfill will be obtained from the on-base stockpile. 4. Docks shall have ADA-accessible stairways on each end. 5. Re-attach counterpoise for lightning protection as shown in the as-built sheet Lighting and Grounding Details. Gutters and Downspouts 1. Remove existing gutters and downspouts on the front of each building. Replace with approximately 220' of new 4" galvanized steel gutters and 96' of downspouts. There are 6 downspouts. 2. The 4 downspouts on each building that penetrate the dock shall be protected from damage. From dock surface to 3' above dock surface shall be PVC downspout encapsulated by reinforced concrete. The purpose is that in case encapsulated PVC is damaged, it can be removed and replaced without replacing the entire downspout. 3. Six existing downspouts on each building currently discharge water underneath the dock. PVC connectors shall be placed from the downspouts through the new backfill, with discharge away from the dock. Steel Doors 1. Remove a total of 55 existing steel doors, to be disposed of by the Government. Steel frames shall remain in place. 2. Install a total of 55 steel service doors with structural guides. Ensure proper framing and anchoring for each door. 3. Service doors shall have a 20 psf wind load rating and be grey in color. 4. Provide a chain hoist mounted on building exterior and interior for each door. Steel Windows 1. Remove a total of 66 existing steel windows, to be disposed of by the Government. Steel frames shall remain in place. 2. Install a total of 66 fixed vinyl windows with security screens. Ensure proper framing and anchoring for each window. Exterior Brick Cells Some exterior brick cells are damaged and likely too brittle for the grout to be cut and cells to be replaced. Therefore, brick cells shall be repaired by placing grout in any holes in order to seal from the weather. Encapsulate Asbestos Ceiling Encapsulate the existing asbestos ceiling with a new drywall ceiling. 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 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform contracts 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 socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 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. Please ensure that all information is submitted as one (1) document. 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, etc., 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 may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on February 23, 2017. Submit response and information through email to: Deanna.C.Zemovich@usace.army.mil and reference the Sources Sought Number: W91238-17-S-0695 in your reply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-S-0695/listing.html)
 
Place of Performance
Address: Sierra Army Depot (SIAD), Herlong, California, 96113, United States
Zip Code: 96113
 
Record
SN04391678-W 20170208/170206234531-571a48b817006cf2dd4726b8c3b8d8ba (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.