Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SPECIAL NOTICE

Y -- MOTCO Access Control Point, Gate 1

Notice Date
12/10/2019 7:54:43 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820R0018
 
Response Due
11/27/2019 10:00:00 AM
 
Archive Date
12/20/2019
 
Point of Contact
DeAnna L. Mannel, Contract Specialist, Phone: 916-557-6690, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
deanna.l.mannel@usace.army.mil, Melissa.a.denigris@usace.army.mil
(deanna.l.mannel@usace.army.mil, Melissa.a.denigris@usace.army.mil)
 
Description
This Sources Sought Notice is for Market Research ONLY, to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.NO AWARD will be made from this Sources Sought Notice.NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation. Requests for any of this information will go unanswered.If the conditions at FAR 19.502(b)(2) are met the contracting officer shall set aside the acquisition for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB); Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform a design-bid-build construction project of an Access Control Point, Gate 1, at Military Ocean Terminal Concord (MOTCO), in Concord, CA.Contractors' capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses may respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. The Government must ensure there is adequate competition among the potential pool of available contractors.The Government estimates issuing a solicitation in April 2020The Government intends to award a firm-fixed price contract, with a Period of Performance of 365 days.In accordance with DFARS 36.204(i) the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000.The NAICS Code 236220 - Commercial and Institutional Building Construction. The size standard is $39.5M. Product Service Code is Y1JZ - Construction of Miscellaneous buildings.GENERAL SCOPE:The project is to construct an upgraded access control point (ACP) for MOTCO at existing Gate #1. The project includes: a Visitor Control Center (VCC), Gate House, Overwatch Booths, Guard Booths, vehicle and truck inspection canopies, roadways, parking, lighting, traffic control signals, passive and active vehicle barriers with comprehensive control systems, electronic security systems, information systems, Intrusion Detection System (IDS) installation, Uninterrupted Power Supply (UPS), Backup Generator, and Energy Monitoring Control Systems (EMCS) connections. Work also includes a mail freight facility with a loading dock and arms storage building relocation. Supporting facilities include site development, demolition of existing utilities/power poles/buildings, new utilities and connections, telecommunications and power ductbank, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping, and signage.*** A site visit for prospective contractors will be held on 3 December 2019 from 10am to 12pm. Interested personnel must submit their visit requests no later than 25 November 2019 to DeAnna.L.Mannel@usace.army.mil and Melissa.A.DeNigris@usace.army.mil. Submitted information for each attendee must include: full name (first, middle, last), driver license number, state of issuance and date of birth. This site vist is not mandatory but is stronly encouraged. ***~~~~~~Site Visit sign-in sheet has been attached to this notice. ~~~~~~ProjNet has been opened for questions, however answers may not be posted. www.ProjNet.org. The Title is "FY20 Pre-Solicitation Site Walk", and the access key is FC2292-69WH8U. Questions will close on 12/17/19. CAPABILITY STATEMENTThe following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market 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 experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime's 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.3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns).4) Offeror's Bonding Capability in the form of a letter from Surety.The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received.Please notify this office in writing via email by 27 November 2019 @ 10am PST. Submit response and information through email to: DeAnna.L.Mannel@usace.army.mil. Please include the Sources Sought No. W9123820R0018 in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de46343b430f4d3ab3246a87724d7ed0/view)
 
Place of Performance
Address: 16000, CA, USA
Country: USA
 
Record
SN05512719-F 20191212/191210230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.