Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2017 FBO #5623
SOURCES SOUGHT

Y -- Live Fire Exercise Shoothouse

Notice Date
4/14/2017
 
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-0679
 
Archive Date
5/13/2017
 
Point of Contact
La Vaughn Williams, Phone: 9165576609
 
E-Mail Address
lavaughn.t.williams@usace.army.mil
(lavaughn.t.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS (for Market Research purposes 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 synopsis. NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME; therefore, any requests for a copy of a solicitation or specifications will go unanswered. Firms having the skill, experience / capabilities and bonding capacity necessary to perform the described project are invited to provide feedback via email to LaVaughn.T.Williams@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 businesses in the following categories: Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned, for a prospective Design-Bid-Build Live Fire Exercise Shoothouse Construction Contract in Camp W.G. Williams, Utah. The capabilities will be evaluated solely for the market research purpose of determining whether or not to pursue a Set-Aside for the Small Business (SB) Community or an Other Than Small Business Procurement. Other than small businesses may respond to this notice. The government must ensure there is adequate competition among the potential pool of available contractors. This Government estimates issuing a RFP in the summer of 2017. The estimated magnitude according to Defense Federal Acquisition Regulations 236.204 is between $5,000,000 and $10,000,000. The NAICS is 236220 - Commercial and Institutional Building Construction, the size standard is $36.5 million, and the Federal Service Code is Y1NZ, Construction of Other Utilities. SCOPE OF WORK AND PROJECT DESCRIPTION The Live Fire Exercise Shoot-house project is located on Camp W. G. Williams, Utah. The facility will support U.S. Army Special Operations Forces (USASOF) and the Utah Army National Guard in initial and sustainment training programs. The contract includes construction of the live fire exercise shoothouse, 100 meter flat range, sniper and observation platform, external mock up area, range operations control area, after action review building, operations/storage building, latrine, ammunition breakdown building, covered mess, and bleacher enclosure. Other supporting facilities include site improvements, electric service, paving, walks, curbs and gutters, storm drainage and information systems. DRAWINGS AND SPECIFICATIONS Please contact Mr. La Vaughn Williams at LaVaughn.T.Williams@usace.army.mil for drawings and specifications as the files are too large to upload. You will be provided with a safe link to view and download all drawings and specifications. 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 to the following. The submission is limited to 10 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in submitting an offer on the prospective solicitation if/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), Woman Owned) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capabilities in the form of a letter from a Surety OR a third-party Attorney in Fact on behalf of a Surety. All sureties shall be identified on the Department of Treasury List of Certified Companies. Any surety NOT identified on this list will not be considered; and therefore a prime contractor that submitted evidence of bonding capacity using a surety not identified on this list will not be considered. The Capabilities Statement for this sources sought is NOT to be submitted as an offer or bid for any future Request for Proposal or Invitation for Bid that may result from this synopsis, 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 be held financially liable 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. Submissions that are not timely and/or do not meet the requirements as contained herein will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-S-0679/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, ., Sacramento, California, 95823, United States
Zip Code: 95823
 
Record
SN04472956-W 20170416/170414234232-0ccd9f2dff29c78bbfaf933f1e866d20 (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.