USACE SPK DB Construction - Hacienda HVAC Geothermal Heat Pump - FHL, CA

Agency:
State: California
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159454044499672
Posted Date: Mar 8, 2024
Due Date: Mar 18, 2024
Source: Members Only
Follow
USACE SPK DB Construction - Hacienda HVAC Geothermal Heat Pump - FHL, CA
Active
Contract Opportunity
Notice ID
W9123824S0023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST SACRAMENTO
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 08, 2024 01:04 pm PST
  • Original Published Date: Feb 21, 2024 01:39 pm PST
  • Updated Response Date: Mar 18, 2024 08:00 am PDT
  • Original Response Date: Mar 11, 2024 08:00 am PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 02, 2024
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2FB - REPAIR OR ALTERATION OF RECREATIONAL BUILDINGS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Jolon , CA
    USA
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 replace the existing heating, ventilation, and air conditioning (HVAC) system with a geothermal heat pump solution at the historic Hacienda building located at Fort Hunter Liggett (FHL) outside Jolon, California (CA).



The 19,588 square-feet, 2-story building was built in approximately 1930, was placed in the National Register of Historic Places on 2 December 1977, and is currently used as a hotel.



This project is anticipated to include:



- Demolition and removal of existing mechanical, piping, plumbing, flue, electrical, architectural, structural, seismic, civil and controls equipment, as needed, to install the new geothermal heat pump system, water heaters and associated storage tanks.



- Installation of a geothermal bore-field to consist of twenty-four (24) each 500-foot deep closed-loop vertical bores.



- Underground geothermal headers feeding into the building. Pipes are anticipated to be emplaced underground to maintain the visual appearance of the historical structure.



- Demolition of multiple domestic hot water heaters to be replaced by water connections for the new domestic hot water heat pump system and hot water storage tanks.



- Installation of new geothermal heat pump console units.



- Installation of new geothermal heat pump horizontal units.



- Installation of new mechanical units to include seismic design category ā€œDā€ braces.



This project is not anticipated to include fire protection.



The potential requirement may result in a firm-fixed-price solicitation issued approximately April 2024. If solicited, the Government intends to award the anticipated requirement by approximately September 2024. Please do not request schedule updates if these dates are surpassed; all information will be posted publicly when available through www.SAM.gov.



The Government estimates the anticipated requirement can be designed within one-hundred-eighty (180) calendar days and constructed within three-hundred (300) calendar days from receipt of Notice to Proceed. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice.



In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the Government currently estimates the magnitude of construction for the potential project is between $1,000,000.00 and $5,000,000.00.



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 the NAICS, as established by the U.S. Small Business Administration, is $19,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2FB, Repair or Alteration of Recreational 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 will be required to self-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 primary 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 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 8:00 a.m. (PT) Monday, 11 March 2024.



Please include the Sources Sought Notice number, ā€˜W9123824S0023ā€™ in the e-mail subject line.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >