USACE SPK DB Construction - POM OMC B7693 HVAC - Seaside, CA
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 (Updated)
- Updated Published Date: Apr 25, 2023 11:20 am PDT
- Original Published Date: Apr 11, 2023 09:56 pm PDT
- Updated Response Date: May 08, 2023 09:00 am PDT
- Original Response Date: Apr 27, 2023 09:00 am PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Seaside , CA 93955USA
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 for design-build (DB) construction services to design and install an air conditioning system in the Presidio of Monterey (POM) Ord Military Community (OMC) Child Development Center (CDC), in Seaside, California.
The CDC (building 7693) is an existing 23,706 square-foot one-story facility that currently contains a heating system but no air conditioning system. The Government anticipates the existing heating system will be required to remain in place and functional until the new air conditioning system (or combined air conditioning and heating system) is installed, tested, and operational. As the CDC is heavily used and has little to no swing space, the Government anticipates significant construction phasing will be required, including flexible and fastidious attention to coordinated phasing stages, noise control, and dust control. The Government anticipates Offerors will be required to hold an active heating, ventilation, and air conditioning (HVAC) license from the State of California to perform on any resulting contract.
The Government estimates the anticipated requirement can be designed within sixty (60) calendar days after Notice to Proceed is issued. The Government estimates the anticipated requirement can be constructed within one-hundred-twenty (120) calendar days after approval of design and submittals. The Government anticipates construction will not be allowed to start in the facility until Fall 2024.
The anticipated requirement may result in a solicitation being issued approximately May 2023. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately 30 September 2023.
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 238220, Plumbing, Heating, and Air Conditioning Contractors. The small business size standard for this NAICS, as established by the United States Small Business Administration, is $19,000,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2CZ, Repair or Alteration of Other Educational 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, 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 is 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 pages with a minimum font size of point 10.
Please provide the following information:
1) Company name, Employer Identification Number (EIN; previously DUNS #), 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 ultimate 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, Aurielle Ruiz, at (aurielle.ruiz@usace.army.mil) by 0900 / 9:00 AM (PST) Thursday, 27 April 2023.
Please include the Sources Sought Notice number, ‘W9123823S0039’ in the subject line.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 1325 J STREET
- SACRAMENTO , CA 95814-2922
- USA
Primary Point of Contact
- Aurielle Ruiz
- aurielle.ruiz@usace.army.mil
- Phone Number 385-303-9446
Secondary Point of Contact
History
- May 23, 2023 08:59 pm PDTSources Sought (Updated)
- Apr 11, 2023 09:56 pm PDTSources Sought (Original)