Skip to main content

An official website of the United States government

You have 2 new alerts

USACE SPK DBB Construction - Dugway Proving Ground - Ditto Fire Station – Dugway, UT

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Apr 14, 2023 01:13 pm PDT
  • Original Response Date: May 12, 2023 05:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Dugway , UT 84022
    USA

Description

SOURCES SOUGHT NOTICE

Project Description: Dugway Proving Ground - Ditto Fire Station

Anticipated Posting Date: 14 April 2023

Sources Sought Number: W9123823S0041

SAM Posting Title: USACE SPK DBB Construction – Dugway Proving Grounds -Ditto Fire Station, Dugway, UT

SAM Posting Description:

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 Dugway Proving Grounds -Ditto Fire Station, Dugway, UT.

This project involves the reconfiguration, and renovation of a 4000 SF single-story fire station that will include dorm rooms. The renovation will include the removal of exterior doors, windows, ceiling tiles, carpet, interior doors, and walls, and kitchen. Updates will be made to five (5) bathrooms.

The renovation will also include the installation of new exterior windows, door frames, and doors. The construction of new interior dorm room walls with door frames and doors. Updates to the mass notification system, HVAC, electrical components to include transformer, switch, and generator. The roof will remain as is. 

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 June 2023.

If solicited, the Government intends to award the contemplated requirement as a firm-fixed price contract by approximately September 2023.

In accordance with Federal Acquisition Regulation (FAR) 36.204(g), the Government currently estimates the magnitude of construction for this project to be $5,000,000 to $10,000,000.

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, is $45 Million annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2JZ – Repair or 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) / twelve (12) 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, Mary Noonan, at Mary.M.Noonan@usace.army.mil by 1700/ 5:00 p.m. (PT) Friday 12 May 2023.

Please include the Sources Sought Notice number, W9123823S0041 in the e-mail subject line.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 27, 2023 08:59 pm PDTSources Sought (Original)