Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

Y -- AFTC Munitions Operating Location Facility (MOLF) � Hill AFB, UT

Notice Date
1/5/2023 8:15:32 AM
 
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
W9123823S0019
 
Response Due
2/6/2023 9:00:00 AM
 
Point of Contact
Aurielle Ruiz
 
E-Mail Address
aurielle.ruiz@usace.army.mil
(aurielle.ruiz@usace.army.mil)
 
Description
This Sources Sought Notice is being issued 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 to construct an 18,562 SF single-story munitions maintenance and administration facility at Hill Air Force Base. The project would include demolishing an existing building in order to clear the site for the new proposed facility. The new facility will combine a medium height maintenance bay to support the handling, inspection, and build-up of munitions, along with an administrative core to support logistics and production. The facility will be constructed having reinforced concrete footings, foundation, floor slab, structural steel frame, insulated walls, roof, include private and shared offices, a conference room, break room, restrooms, men�s and women�s locker rooms/shower areas, tool room, storage to support weapons maintenance, and a maintenance bay constructed to support a ten-ton overhead bridge crane. Project includes lightning protection, fire detection/suppression, intrusion detection, and all required supporting facilities to fulfill mission requirements, including the following: explosion-proof fixtures, utilities, pavements, site improvements, and communication support. The potential requirement may result in a solicitation issued approximately March 2023. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-priced contract by approximately June 2023. It is estimated that construction of the potential requirement can be completed within 540 calendar days. In accordance with Federal Acquisition Regulation (FAR) 36.204(g) the Government currently estimates the magnitude of construction for this project to be between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 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 for the potential requirement is anticipated to be Y1AZ, Construction of Administrative Facilities and Service 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 requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent 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 above (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. 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 similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, 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 (in the form of a Surety letter). Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. 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, Aurielle Ruiz, at (aurielle.ruiz@usace.army.mil) by 1000/10:00 am (MST) Monday, 6 February 2023. Please include the Sources Sought Notice number, �W9123823S0019� in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5cb844c9dee41f1883d1e6397c544ab/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06557649-F 20230107/230105230111 (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.