USACE SPK DBB Construction - MOTCO Upgrade Mission Lighting - Concord, CA

expired opportunity(Expired)
From: Federal Government(Federal)
W9123823S0032

Basic Details

started - 16 Mar, 2023 (13 months ago)

Start Date

16 Mar, 2023 (13 months ago)
due - 05 Apr, 2023 (12 months ago)

Due Date

05 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
W9123823S0032

Identifier

W9123823S0032
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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 United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement to replace existing lighting and fixtures and construct poles with new lighting at the Military Ocean Terminal Concord (MOTCO) in Concord, CA. The Upgrade Mission Lighting scope includes removing three-hundred ninety-six (396) existing interior and exterior high intensity lighting fixtures and replacing them with fixtures utilizing energy efficient light emitting diode (LED) flood and/or exterior lights,
including adjusting panels and paired radio-frequency (RF) remote controls. At least twenty-four (24) aluminum poles of approximately forty (40) feet in height will be constructed, and energy efficient LED exterior lighting will be installed to cover areas currently without lighting infrastructure. The Government estimates that construction of the anticipated requirement can be completed within 365 calendar days. The anticipated requirement may result in a solicitation issued approximately mid - July, 2023. If solicited, the Government intends to award the contemplated requirement as a firm-fixed price by late - September, 2023. It is estimated that the potential requirement can be completed within 365 calendar days. In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the Government currently estimates the magnitude of construction for this project to be between $1,000,000 and $5,000,000. 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 (SBA), is $45 million annual revenue, as modified by the SBA, effective December 19, 2022. Until the SAM registration is updated, the SAM profile will continue to display the small business status under the old size standards. The Product Service Code for the potential requirement is anticipated to be Z2JZ, Repair of Alteration of Miscellaneous 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 will be 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 inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, Employer Identification Number(EIN) or System for Award Management Unique Entity Identification number (SAM UEID), 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 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, Katie Randall, at (katie.l.randall@usace.army.mil) by 1600 / 4:00 p.m. (PT) Wednesday, 05 April 2023. Please include the Sources Sought Notice number, ‘W9123823S0032’ in the e-mail subject line.

Concord, CA, USALocation

Place Of Performance : Concord, CA, USA

Country : United StatesState : California

You may also like

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 236220
Classification CodeCode Z2JZ