DBB Access Control Point 5 Sources Sought Market Research

expired opportunity(Expired)
From: Federal Government(Federal)
W91238-18-R-0037

Basic Details

started - 06 Mar, 2018 (about 6 years ago)

Start Date

06 Mar, 2018 (about 6 years ago)
due - 22 Mar, 2018 (about 6 years ago)

Due Date

22 Mar, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
W91238-18-R-0037

Identifier

W91238-18-R-0037
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709493)DEPT OF THE ARMY (133188)USACE (38154)SPD (2652)US ARMY ENGINEER DISTRICT SACRAMENT (1148)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

DBB Access Control Point 5 Concord, CA.W91238-18-R-0037This is a SOURCES SOUGHT SYNOPSIS (for Market Research ONLY) to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME, as this is solely for Market Research. Requests for any copies or information will go unanswered.Interested offerors having the skill, capabilities, workload capacity, and ability to obtain bonding necessary to perform the project described below are invited to provide feedback via email to Lynette JohnBull, Contract Specialist. EMAIL: Lynette.J.Johnbull@usace.army.mil and Daniel Czech, Contract Officer.EMAIL: daniel.e.czech@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential
future acquisition.NO AWARD can or will be made from this Sources Sought Market Resource.The purpose of this NOTICE is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified 8(a); Certified HUB Zone; Woman-Owned Small Business (WOSB); and Serviced-Disabled Veteran-Owned Small Business (SDVOSB), for Market Survey and a prospective Design-Bid-Build (DBB) contract for the construction of a standard design Access Control Point (ACP) at Military Ocean Terminal, Concord (MOTCO) California.Contractors' capabilities will be reviewed solely for the purpose of determining to an appropriate acquisition strategy to include whether this prospective action is to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses may respond to this NOTICE in the event the market does not indicated small business interest and to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations (FAR), preference will be given to the small business categories as listed above. The government must ensure there is adequate competition among the potential pool of available contractors.The Government estimates issuing a solicitation late spring/ early summer 2018.In accordance with FAR 36.204 (Disclosure of the Magnitude of Construction Projects) and Defense Federal Acquisition Regulations DFAR 236.204(i), the estimated value of the resulting contract is expected to be between $10M and $25M.The contract type is expected to be a Firm-Fixed Price.The Federal Supply Code is Y1LC, "Construction of Tunnels or Subsurface Structures". The NAICS Code is 236220, "Commercial and Institutional Building Construction". The size standard as defined by the U.S. Small Business Administration is $36.5 million.Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, Limitations on Sub- contracting in general construction, any small business will be required to 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 52.236-1, Performance of Work by the Contractor for any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 25% of the total amount of work to be performed under the contract.PROJECT DESCRIPTIONProject Description: MOTCO Access Control Point 5 requirement located in Concord, CA. The following requirement is to provide adequate access control and inspection of trucks loaded with ammunition and other cargo entering MOTCO. MOTCO is designated as the Department of Defense (DoD) primary trans-shipment port for West Coast ammunition movements. The sensitive nature of the cargo deployed and redeployed through this installation makes security a high priority. The Gate 5 area is being developed to provide the primary truck inspection station for MOTCO that meets all current requirements, including the Army Access Control Points Standard Design Criteria. The facilities included in this project have been sited to support orderly circulation and queuing of trucks as they arrive, undergo inspection or are rejected from entrance. The Gate 5 site is one of three areas with development potential outside the Inhabited Building Distance (IBD) Explosive Safety Quantity-Distance (ESQD) arc. This project includes a gate house, search area office, over watch booth, guard booths, truck inspection canopies, parking, lighting, traffic control signals, passive and active vehicle barriers with comprehensive control systems, building information systems, antiterrorism and force protection measures Intrusion Detection System (IDS) installation, roads and pavements, and Energy Monitoring Control Systems (EMCS) connections. Building information systems for this facility are unique in nature and not included in the unit cost of the building. Supporting facilities include site development, site improvements, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by a self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided.Sustainability/Energy Measures will be provided. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Access for individuals with disabilities will be provided.CAPABILITY STATEMENTThe following requests are designed to apprise the US Army Corps of Engineers, Sacramento District of any prospective construction contractors' project execution capabilities. Contractor's capability statement and submission is limited to 10 pages. Please provide your response to the following:1) Offeror's name, DUNs#, 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 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, customer agency and contracting officer name for verification purpose and dollar value of the project - provide at least 3 examples.a. The contractor should demonstrate specialized experience with installation of controls for active vehicle barriers (AVB);b. Describe how the AVBs for this project will be installed;c. The contractor having experience using the Army Control Points (ACP) Guide Specification and have a working knowledge of the Army Control Points (ACP) Army Regulations.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. If responding as a joint venture, provide at least 3 examples performed by the Joint Venture.6) Offeror's Bonding Capability in the form of a letter from Surety OR a third-party Attorney-in-Fact on behalf of a Surety. All sureties shall be identified on the Department of Treasury List of Certified Companies. Any surety NOT identified on this list will not be considered; and therefore a prime contractor that submitted evidence of bonding using a surety not identified on this list will not be considered.In addition, bonding capacity for a single and total aggregate based upon the magnitude of this requirement.7) Base upon the description of this work should an alternative North American Industry Classification System (NAICS) Code be properly identified, please provide the NAICs code identifier and comparable industry title code, for this type of work.The Capabilities Statement for this sources sought is NOT expected to be submitted as an offer or bid for any future Request for Proposal or Invitation for Bid that may result from this synopsis, 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 a 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 and regulatory requirements.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 or be held financially liable for information solicited. Respondents will not be notified of the results of each company's capability statement review. After completing its review, 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 as contained or submit within the allotted time will not be considered.All interested contractors should notify this office in writing via email by 1:00 PM Pacific Standard Time on Tuesday, February 27, 2018. Although capability statements may be accepted beyond this time/date, the Government will not be responsible for reassessing and /or changing its acquisition strategy if a decision has been a late response or received beyond a time/date specified above.Submit response and information through email to: Lynette.J.Johnbull@usace.army.mil and daniel.e.czech@usace.army.mil. Please include the following W91238-18-R-0037 Provide and Install Design-Bid-Build (DBB) MOTCO Access Control Point 5 requirement located in Concord, California.

Military Ocean Terminal, Concord (MOTCO) California. Concord, California United StatesLocation

Place Of Performance : Military Ocean Terminal, Concord (MOTCO) California.

Country : United States

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode 38CONSTRUCT/MINE/EXCAVATE/HIGHWY EQPT