The RFP Database
New business relationships start here

Sources Sought Design Build Tracy Gate Houses


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT NOTICE for Market Research 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. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Karen.Scott@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 business in the following categories: Small Business, Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for all work necessary to remove and replace vertical turbine pumps in three water supply wells and inputting new control panels to match the current system and to tie in the three lift stations and the Waste water treatment plant into the existing Supervisory Control and Data Acquisition (SCADA) system that was installed previously by Telstar. Work is to take place at DDJC Tracy in Tracy, CA. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors.


This project is planned for advertising during April 2017.


In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be more than $500K-$1mil. It is estimated period of performance is 270 days.


The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 236220 with a size standard is $15 million.


Under Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3) Limitations on Subcontracting, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction.


Under FAR clause 52.236-1 Performance of Work by the Contractor, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract.



PROJECT DESCRIPTION


The contractor is to design and furnish all labor, material, equipment, transportation, supplies and supervision necessary to demolish and replace 1 existing Gate Houses at the Employee Gate (Building 106) and an option price for the Main Gate (Building 109). All tasks associated with Building 106 are to be included in CLIN 0001 and all tasks associated with Building 109 are to be included in Option CLIN 1001. These facilities are to be single-story buildings with exterior split-face concrete masonry units with integral color matching the Truck Stop Building #120. Interior partition walls will be comprised of metal studs and 5/8" type "X" gypsum wall board (GWB) for office side and 5/8" water resistant GWB for bathroom side. The interior walls finishing: such as furring out wall to accommodate R-13 insulation, 5/8" type "X" GWB and ceiling finishing such as drop in ceiling or GWB. The roofs will be of structural standing seam metal material. Control Facilities will be designed to accommodate disabled personnel and will be in conformance with the Uniform Federal Accessibility Standards (UFAS) and the Americans with Disabilities Act (ADA, with emphasis on the 2010 ADA Standards for Accessible Design).


CAPABILITY STATEMENT


The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution 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 interest in proposing on the solicitation when it is issued.


3) Offeror's capability to perform contracts 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 socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.).


5) Offeror's Joint Venture information if applicable - existing and potential.


6) Offeror's Bonding Capability in the form of a letter from Surety.


The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, 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. Please ensure that all information is submitted as one (1) document. 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 pay 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, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered.


Please notify this office in writing by email by 2:00 PM Pacific Time on 3 March 2017. Submit response and information through email to: Karen.Scott@usace.army.mil. Please include the Sources Sought No. W91238-17-S-0029 in the subject line.


 


 


Karen D. Scott, Phone 9165577109, Email Karen.Scott@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP