Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2018 FBO #6035
SOURCES SOUGHT

Z -- Bldg. 228 Retrofit at Nellis AFB, Las Vegas, Nevada

Notice Date
5/31/2018
 
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, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-S-0023
 
Point of Contact
Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
sandra.oquita@usace.army.mil
(sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. [Respondents will not be notified of the results of the evaluation]. Proposed project will be a competitive, firm-fixed price, ONE-STEP DESIGN-BUILD Construction contract procured in accordance with FAR 15, Negotiated Procurement using a one-part (single phase) selection process. The selection process will reduce the competitive range to those proposers having experience and technical competence to accomplish the project and select the awardee based on the proposed best technical proposal and the most competitive price. However, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The project consists of the design and construction retrofit of approximately 2,500 square feet of building 228's foundation and slab to include removal and replacement of a portion of exterior CMU wall and under slab restroom plumbing damaged from settlement. In addition, construction activities include but are not limited to: patching a portion of AC pavement adjacent to Bldg 228, the demolition and replacement of concrete stoops at 2 exterior doors, and repair of damaged portions of concrete curbing along the building's perimeter. Interior work will entail the demolition of an interior wall separating two large storage rooms in the front of the building, replacement of 2 metal roll-up doors with window storefront and the creation of two small windows in the exterior wall on each side of this large storage room. The design of a new central HVAC system is not required. New HVAC work required will include replacing bathroom ceiling registers and diffusers and connecting to existing ductwork where ceilings are replaced. Other HVAC work will include replacement of bathroom exhaust system. Electrical work in this project includes the construction of new electrical power, lighting, telecommunication, fire alarm, and other required electrical systems inside the building to comply with applicable UFCs, standards and codes. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000.00 Estimated duration of the project is 365 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $33.5M Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity based on the decryption and information above include: firm's capability to execute construction, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, dollar value of the project, performance of contract cost management and customer satisfaction - provide at least 3 examples maximum (3) pages. 4. Response MUST demonstrate successful comparable DoD Communications Facility/ Data Center Experience or comparable Federal / Municipal/ Commercial Experience. Additionally the response must demonstrate the capability and successful experience for phased/coordinated construction while keeping existing critical facilities and infrastructure operational during construction. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company and current capacity. Interested Firm's shall respond to this Sources Sought Synopsis no later than Tuesday July 2 2018, 2:00pm (pst). All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to Sandy Oquita@usace.army.mil, US Army Corps of Engineers, Los Angeles District, CESPL-CT-E, 915 Wilshire Blvd, Suite 930 [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.] Contracting Office Address: 915 Wilshire Blvd, Suite 930 Los Angeles, California 90017-3401 United States Place of Performance: Nellis Air Force Base AFB, Las Vegas, Nevada 89191 United States Primary Point of Contact.: Sandy Oquita, Contract Specialist sandy.oquita@usace.army.mil Phone: 213-452-3249
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-S-0023/listing.html)
 
Place of Performance
Address: Nellis AFB, 4551 Devlin Drive, Bldg. 867, Nellis AFB, NV 89191, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN04938310-W 20180602/180531230856-f2c91c588adc930419ed5df464f6e9b4 (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.