Inactive
Notice ID:140L1223B0001
Susanville/Doyle Interagency Fire Station Construction. This sources sought announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Bus...
Susanville/Doyle Interagency Fire Station Construction. This sources sought announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a contract for the California State Office (CASO) Bureau of Land Management. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 236220 and the related small business size standard is $45,000.000.00. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Land Management in any manner. The magnitude of construction for this project is between $5,000,000.00 and $10,000,000.00. This procurement will require 100% performance and payment bonds. The project location is in Doyle, California. Interested parties should include the following information in their response: (a) Business name, address, Unique Entity ID (UEI), size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone; 8(a), etc.), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Capability Statement providing information regarding your company¿s experience in performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include; contract numbers, project titles, dollar amounts. Please do not include more than three past projects; and (d) Information regarding your bonding capacity per project and aggregate. All interested parties are encouraged to respond to this notice, by e-mail to ecelik@blm.gov not later than close of business on 4/18/2023. The information provided in this announcement is all information the Government is willing to share at this time. System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov PRINCIPAL COMPONENTS OF WORK: A. General clearing, grubbing, and grading to meet grading plan and site drainage. B. Install temporary facilities, controls, and storm water pollution prevention. C. Selective demolition of existing site components. D. Trench and installation of onsite underground utilities serving the new building. E. Preparation of soil pads and construction of foundations, slabs, and structures. F. Constructing the new fire station building structure. G. Install new electrical transformer and coordinating with the local power for a new service drop location. H. Install new sanitary sewer lines, septic tank and leech field I. Relocating existing propane tank and coordinating with the facility personnel. J. Install retaining wall and site fencing. K. Install electric gate and fencing with associated conduit runs including runs for future security access system L. Install all other associated items in the drawing including HVAC units, bollards, manual and powered gates, gravel parking bays, ABA parking spaces, bumper blocks, electrical charging stations, trash enclosure, site lighting and solar lights, gravel driving surface, concrete pad for storage containers and all associated utility lines. M. Area of disturbance shall conform to the SWPPP. N. Demolish and properly dispose of the septic tank and sewer piping per California requirements. Relocate existing hazmat sheds with BLM direction. O. Commissioning, startup, and testing of all components installed under the contract.