Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2021 SAM #6980
SOURCES SOUGHT

Y -- USACE SPK General Maintenance, Repair, and Construction DB and DBB MATOC IDIQ for Hill AFB / Tooele Army Depot / Dugway Proving Grounds / Salt Lake City, Utah

Notice Date
1/6/2021 2:19:49 PM
 
Notice Type
Sources Sought
 
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
W9123821S0009
 
Response Due
2/3/2021 5:00:00 AM
 
Archive Date
02/18/2021
 
Point of Contact
Nickie Cruthirds
 
E-Mail Address
tiffany.cruthirds@usace.army.mil
(tiffany.cruthirds@usace.army.mil)
 
Description
This Sources Sought Notice is for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement for a design-build (DB) and design-bid-build (DBB) multiple award task order contract (MATOC) / indefinite delivery, indefinite quantity (IDIQ) contract. The anticipated IDIQ will include design and construction services for maintenance, repair, and new construction work to be performed primarily at Hill Air Force Base (HAFB), Utah Test and Training Range (UTTR), Tooele Army Depot, and Dugway Proving Grounds (DPG). In rare instances, work may be requested at off-base sites in the SPK region (which includes areas in California, Nevada, Utah, Wyoming, Arizona, and Colorado, reference: https://www.spd.usace.army.mil/Locations/). Task Orders (TOs) will be issued under the IDIQ to define specific project requirements. Design work must be accomplished by qualified, experienced, professional A-E multi-discipline firms. A-E firms must be capable of design analysis, planning, development, CADD, professional services, predesign site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous material such as aircraft fuels, solvents, chemicals, asbestos, lead based paint and radon. The A-E firm is required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. Required A-E disciplines may include but are not limited to: registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil may be acceptable if certified), registered environmental (registered civil may be acceptable if certified), interior designer, certified environmental survey/design personnel, and construction management. Construction work includes but is not limited to new construction, alterations, renovations, real property tenant improvements, and other repairs at Government facilities. Typical efforts include, but are not limited to: site work, HVAC, electrical, paint, special systems, paving and concrete, roofing, roadways, structural systems, energy conservation enhancements, energy saving through different innovation methods, asbestos and lead abatement, and mold remediation in accordance with the requirements identified in the technical specifications for each TO. The potential requirement may result in a solicitation issued approximately August 2021. If solicited, the Government intends to award a firm-fixed-price IDIQ contract, to approximately five vendors, by January 2023. The Government contemplates award of a contract with one (1) five-year ordering period and five (5) one-year option periods that can be exercised at the discretion of the Government. Resulting IDIQ contract(s) are anticipated to be awarded with a maximum not-to-exceed amount of $248,000,000.00. Typical TOs are anticipated to be valued between $500,000.00 and $8,000,000.00; a magnitude of construction will be provided for each TO. The North American Industrial Classification System (NAICS) code for the potential requirement is 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 Million annual revenue. The Product Service Code is Y1JZ, Construction of Miscellaneous Buildings. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the potential requirement is competed with full and open competition, and the Awardee is other than a small business, the Contractor is required to perform the percent of the total amount of work identified in the solicitation under FAR 52.236-1,�Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10. In your response, please provide the following information: ���� 1) Company name, Employer Identification Number�(EIN; previously DUNS #), address, point of contact, phone number, and e-mail address. ���� 2) Experience and capability to complete contracts of the anticipated magnitude and complexity of the potential requirement, including preferably three (3) examples, but no more than five (5), of comparable work performed within the past five (5) years. Each example should include a project title and location, brief description of the project, description of work performed (self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project (initial cost at award and final cost at completion), number of craft trades on the project, whether or not a Project Labor Agreement was used (see item 5), and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). ���� 3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). ���� 4) Bonding capability for single contract action and total aggregate (in the form of a Surety letter). Please ensure that all information is submitted as one (1) document. Any commercial brochures or marketing material may also be submitted with the Capabilities Statement, with all documents limited to the total ten (10) page maximum. PROJECT LABOR AGREEMENT MARKET SURVEY Responses must be limited to twenty (20) 8.5 x 11 pages with a minimum font size of point 10. A PLA is a pre-hire collective bargaining agreement with labor organization(s) that establishes the terms and conditions of employment for a specific construction project. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of PLAs for large-scale construction projects if it will be consistent with law, achieve economy and efficiency in Federal procurement, produce labor-management stability, and ensure compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters. Please answer the following questions regarding PLAs, relative to the anticipated requirement: �� - Have PLAs been used on similar projects undertaken by Federal, State, municipal, or private entities in the geographic area? If so, please provide contract number(s), points of contact, and/or other supporting information if available. �� - Has there been / is it anticipated there will be a shortage of skilled trade labor in the project region? If so, please describe the trade(s) affected, elaborate how you know of the shortage, and provide supporting documentation where possible. �� - Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project could be completed?� If so, please elaborate and provide supporting documentation where possible. �� - �Do you think requirement of a PLA will promote the agency�s long-term program interests (described above - economy and efficiency, labor-management stability, etc.)? If so, how? If not, why not? �� - �Do you think requirement of a PLA will increase contract costs or contribute to cost savings? If you think it will increase costs, why? If you think it will result in savings, how? �� - How do open shop and union wage rates influence prevailing wage rates in the local market area? How does unionization in the local market impact wages?� Please provide supporting documentation. �� - Provide any other information relative to PLAs that the Government should consider. Please ensure that all information for the PLA Survey is submitted as one (1) document, limited to the total twenty (20) page maximum. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Nickie Cruthirds, at (tiffany.cruthirds@usace.army.mil) by 0800 / 8:00 a.m. (PST) Wednesday, 3 February 2021. Please include Sources Sought Notice number �W9123821S0009� in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ccd0a349ac364220a0bc2ea3436049d5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05886511-F 20210108/210106230113 (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.