The RFP Database
New business relationships start here

Sources Sought Recreational and Admininistrative Facility Repair MATOC


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

This SOURCES SOUGHT NOTICE is for Market Research ONLY to determine the availability of potential small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATIONS, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skills, capabilities and bonding requirements necessary to perform the described project work are invited to provide feedback via email to Karen.Scott@usace.army.mil. All responses shall 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 businesses in the following categories: Certified 8a, Certified HUB Zone, Women Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB), for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for maintenance and repairs to Sacramento District recreation areas and administrative facilities, including but not limited to remodeling restrooms in public recreation areas, and remodeling administrative buildings owned by the Sacramento District of the US Army Corps of Engineers (USACE).


The capabilities will be evaluated solely for the purpose of determining to set-aside for the small business community or to conduct as an unrestricted procurement. Businesses other than small business may respond to this NOTICE in the event that the market does not indicate small business interest; however, the sole purpose of this notice is to determine small business capability. The government must ensure that there is adequate competition among the potential pool of available contractors.


This IDIQ contract is planned for advertisement in April of 2017. The estimated cost range according to the FARS 36.204 is between $5-10M. The NAICS Code is 236220, Institutional and Commercial Construction with a size standard of $36.5 million. The duration of the IDIQ contract is five years, one base year with four option years.


Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the contractor shall perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees.


PROJECT OVERVIEW & SAFETY


Task Orders under this contract will be for all facets of recreation areas and administrative facilities owned by the Sacramento District (SPK), including but not limited to the following:


Recreation Areas and Administrative Facilities: Restrooms, playground equipment, pumps, pump houses, electrical systems, plumbing systems, water systems, air conditioners, all facets of remodeling buildings and facilities, roofing, siding, hydraulic systems, all facets of painting and paint removal (including hazardous waste abatement), for facilities in recreation and administrative facilities located at SPK locations.


PROJECT DESCRIPTIONS: The following project descriptions are not intended to encompass all work to be performed under this contract. It is a representation of repairs and maintenance activities on recreational and administrative facilities.


Remodeling of Restrooms in Public Recreation Area: The restrooms at numerous projects are in need of remodeling and rehabilitation. Major components for the task include but are not limited to installing new roofing, interior drywall, exterior siding, restroom partitions, doors, windows, toilets, and sinks. Electrical, plumbing, septic and water system improvements may also be required. The newly remodeled buildings must be ADA compliant.


Removal and Replacement of Existing Fee Entrance Buildings: The fee entrance buildings at numerous projects are beyond their service life and are in need of replacement. The existing building will need to be removed and properly disposed of. The building site will need to be prepared for a new pre-fabricated entrance booth. The booth will then need to be purchased from a vendor, installed, and the contractor will finish the project by ensuring all utilities, electrical, plumbing, and HVAC connections are complete.


Repairs to Electrical Systems in Recreation Areas: Many of the campgrounds operated by the Sacramento District have undersized electrical systems. Upgrades to the capacity of the system are required to adequately and safely operate critical facilities include but are not limited to: 50 amp campsites, pumping systems, restrooms, fee booths, etc.


Remodeling and Repair of Administrative Buildings: Many of the SPK administrative buildings are in need of major repairs. These repairs include but are not limited to: siding replacement, roofing, HVAC repairs or replacement, interior drywall and flooring replacement, interior and exterior painting, installation of doors and windows, prefabricated metal building repair or replacement, and electrical, plumbing, and wiring system improvements.


**************************************************
CAPABILITY STATEMENT


The following requests are designed to apprise the U.S. Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please include the following in your response:


1) Offeror's name, address, point of contact, phone number, and e-mail address.


2) Offeror's interest in bidding on the solicitation when it is issued.


3) Offeror's capability to perform a contract of this magnitude and complexity, including company structure and in-house capabilities; provide a minimum of 1 example of comparable work performed for each of the following activities over the past 5 years:


a. Roofing. Examples of roofing work, which may include, but is not limited to: metal, composition shingle, single ply (Modified Bitumen), and built-up (BUR) roofing.


b. Siding. Examples of siding work, which may include, but is not limited to: vinyl, stucco, lap, metal, and engineered wood.


c. Interior Finish. Examples of interior finish work, which may include, but is not limited to: boarding, drywall repair and replacement, cabinetry, flooring, drop ceiling repair or replacement, and trim work.


d. HVAC. Examples of HVAC repair or replacement work.


e. Confined Space. Examples of work in a Permit Required Confined Space.


f. Welding. Examples of vertical and overhead welding in a confined space. The number of certified welders with confined space certification available.


g. Painting. Examples of painting work performed in a wet, humid, confined space as well as interior and exterior building paint.


h. Sandblasting. Examples of sandblasting work performed in a confined space.


i. Concrete work. Examples of repairs to cavitation and/or ASR related damage.


j. Slide Gate Repair. Examples of prior experience working.


k. Babbitt seal work. The Contractor shall have previous experience pouring and handling molten metals and shall be familiar with the properties and finishing of Babbitt metal. Submit written verification.


Example work shall include a brief description of the project, customer name, and timeliness of performance, customer satisfaction, and dollar value of the project.


4) Offeror's type of small business and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) and certification if applicable.


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


6) Offeror's bonding capability in the form of a letter.


The Capabilities Statement for this sources sought notice 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. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the U.S. Army 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), Women Owned, Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered.


All interested contractors should notify this office in writing by email or mail by 3:00 PM Pacific Time on 15 March 2017. Submit questions/response and information to: Karen.Scott@usace.army.mil at (916) 557-7109



 


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