USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.

From: Federal Government(Federal)
W9123824S0001

Basic Details

started - 06 Oct, 2023 (6 months ago)

Start Date

06 Oct, 2023 (6 months ago)
due - 06 Nov, 2024 (in 6 months)

Due Date

06 Nov, 2024 (in 6 months)
Bid Notification

Type

Bid Notification
W9123824S0001

Identifier

W9123824S0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE ARMY (133116)USACE (38131)SPD (2652)US ARMY ENGINEER DISTRICT SACRAMENT (1148)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 a new open storage area, loading ramp and dock, and an administrative office to serve as a receiving building. The open storage lot consists of a combination of asphalt and concrete pavement as well as necessary marking and signage that will store materials and equipment. The loading ramp and dock will include the necessary foundation, ramp, docking slab, bumpers, electrical infrastructure and affixed
equipment, and other required work. Finally, the receiving building will include office space, a mechanical room, and restroom along with Heating, Ventilation, and Air-Conditioning (HVAC), plumbing, fire protection, mechanical and electrical work, parking, security and access requirements, communications, data infrastructure, and other related work.Site improvements include earthwork, grading, compaction, site demolition, landscaping, and related sitework. All necessary storm piping, trenches, and catch basins encompass storm drainage requirements. Site fencing and gates are also provided. Incorporated site electrical work includes electrical utilities, transformers, grounding, wiring, and conduits. Site lighting to be included. Finally, civil utilities include all water, gas, and sewer utility requirements. Fire hydrants and other fire protection requirements are also provided.The potential requirement may result in a solicitation issued approximately February 2024.If solicited, the Government intends to award the contemplated requirement as a firm-fixed-priced (FFP) contract by approximately June 2024. It is estimated that construction of the potential requirement can be completed within four-hundred-twenty-five (425) calendar days.In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the Government currently estimates the magnitude of construction for this project to be between $10,000,000 and $25,000,000.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 $45,000,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1GD, Construction of Open Storage Facilities.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 November 2023.Please include the Sources Sought Notice number, ‘W9123824S0001’ in the subject line.

Hill AFB ,
 UT  84056  USALocation

Place Of Performance : N/A

Country : United StatesState : UtahCity : Hill Air Force Base

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1GDCONSTRUCTION OF OPEN STORAGE FACILITIES