Tracy Defense Distribution Depot Warehouse 13 & 14 Floor Repair
W91238-19-R-0057 – Tracy Defense Distribution Depot Warehouse 13 & 14 Floor Repairs This is a SOURCES SOUGHT NOTICE for Market Research ONLY, to determine the availability of small business firms for ... W91238-19-R-0057 – Tracy Defense Distribution Depot Warehouse 13 & 14 Floor Repairs This is a SOURCES SOUGHT NOTICE for Market Research ONLY, to determine the availability of small business firms for a potential small business category type set-aside. Pursuant to FAR 19.502-1(a)(2) and FAR 19.502(b)(2), if two or more responsible small business concerns exist, and the government has a reasonable expectation of competition and that an award will be made at fair market prices, the contracting officer shall set aside the acquisition. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials; or for construction by special trade contractors, the concern will self-perform at least 25% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide feedback via email. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Mr. Steven Penland at Steven.Penland@usace.army.mil. All responses will 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 business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), to repair concrete floors at the Tracy Defense Distribution Depot Warehouse - See Project Description below. The capabilities will be solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this notice to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising at or about June 2019. In accordance with FAR 36.204, the estimated magnitude of the resulting contract is expected to be between $500,000 and $1,000,000. It is estimated to have a performance period of 180 days +/-. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 238110 - Poured Concrete Foundation and Structure Contractors. The Size Standard is $15 million. PROJECT DESCRIPTION The purpose of the project is to repair concrete floors in Warehouses 13 and 14. The warehouses will be occupied by Government personnel and there are storage racks, pallets, materials, and equipment, etc. which the Contractor shall work around during construction. Repairs include concrete grinding (approximately 1,164 square feet); replacing missing joint sealant (approximately 280 linear feet); removing and replacing cracked concrete flooring (approximately 65 square feet); core drilling for bolt removal and patching (approximately 28 each); routing and sealing cracks (approximately 3,494 linear feet); and re-nosing damaged floor control joints (approximately 455 linear feet). The concrete floor thickness and reinforcement size and spacing varies throughout the warehouses. Contractor is to provide all labor, materials, equipment, supplies and transportation to complete the work described herein. There are wire guides in the floor of Warehouse 13. Contractor shall take extra precautions to assure wires are not damaged. Warehouse 14 does not have wire guides. Contractor Quality Control Requirements. The Contractor shall provide and maintain an effective quality control program. The Contractor's Quality Control Program through inspection and reporting shall demonstrate and document the extent of compliance of all work with the standards and quality established by the contract document. The Contractor's Quality Control program shall include daily inspections and provide for a daily report of CQC activities. Daily checks shall be performed to assure control activities, including control testing, are providing continued compliance with contract requirements, until completion of the particular feature of work. Superintendent: The Contractor shall provide a Superintendent who is separate from the quality control manager whenever the work specified herein is being performed. The Superintendent shall conduct overall management coordination and be the central point of contact with the Government for performance of all work under this contract. The Superintendent will be required to attend pre-work conference(s) prior to commencing work under this contract. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 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, and dollar value of the project) - provide at least 3 examples. If responding as a joint venture, provide at least 3 examples performed by the Joint Venture. 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. 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought 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. Please ensure that all information is submitted as one (1) document. Submission of 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. This notice 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), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Please notify this office in writing by email by 2:00 PM Pacific Time on June 3, 2019. Submit response and information through email to: Steven.Penland@usace.army.mil and reference the Sources Sought Number " W91238-19-R-0057 - Tracy Warehouse" in the subject line when replying.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »