USACE SPK DB Construction - Water Supply & Hydrant Loop, Main Gate – Dugway Proving Ground, Utah

expired opportunity(Expired)
From: Federal Government(Federal)
W9123824S0025

Basic Details

started - 08 Mar, 2024 (1 month ago)

Start Date

08 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (1 month ago)

Due Date

28 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W9123824S0025

Identifier

W9123824S0025
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)USACE (38130)SPD (2652)W075 ENDIST SACRAMENTO (90)
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 design and construct a roughly 9000 ft water supply and hydrant loop at the main gate that supplies water to facilities 5900 and 5910. The water supply and hydrant loop will be required to provide sufficient water supply, pressure, and firefighting capability. All work shall be in accordance with the applicable codes and criteria as described in the final solicitation package and meet the operational
requirements of U.S. Army Garrison Dugway Proving Ground, DOD Unified Facilities Criteria (UFC), DOD United Facility Guide Specifications (UFGS).The Government estimates that design and construction of the anticipated requirement can be completed within 365 calendar days.The anticipated requirement may result in a solicitation issued approximately July 2024.If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately 14 September 2024.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 237110 Water and Sewer Line and Related Structures. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45.0 Million annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1NE Construction of Water Supply 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 twenty-five percent (25%) 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, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers.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: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)).4) Bonding capability (in the form of a Surety letter).Please also provide the following information on projects completed in the last 2-5 years:A) Project Name and LocationB) Detailed Project DescriptionC) Initial Cost Estimate vs. Actual Final CostD) Was the project completed on time?E) Number of craft trades present on the projectF) Was a PLA used?G) Were there any challenges experienced during the project?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, Seth Teasdale, at (seth.k.teasdale@usace.army.mil) by 10:00 a.m. (PT) Thursday, 28 March 2024. Please include the Sources Sought Notice number, ‘W9123824S0025’ in the e-mail subject line.

Dugway ,
 UT   USALocation

Place Of Performance : N/A

Country : United StatesState : UtahCity : Dugway

Office Address : KO CONTRACTING DIVISION 1325 J STREET SACRAMENTO , CA 95814-2922 USA

Country : United StatesState : CaliforniaCity : Sacramento

Classification

naicsCode 237110Water and Sewer Line and Related Structures Construction
pscCode Y1NECONSTRUCTION OF WATER SUPPLY FACILITIES