BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a military facility in Tracy, California. Conceptual plans call for the renovation of a military facility.

SOURCES SOUGHT NOTICE Project Description: DDJC Tracy Warehouse 16-B Column Repairs Anticipated Posting Date: 22 Nov 2023 Sources Sought Number: W9123824S0005 SAM Posting Title: USACE DBB Construction - DDJC Tracy Warehouse 16-B Column Repairs, Tracy, CA 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 for a design-bid-build project in support of the Defense Distribution Depot, San Joaquin (DDJC) Tracy, located in Tracy, CA. The Contractor shall provide all labor, material, and equipment necessary to effect column repairs in Warehouse 16-B. In total, fourteen (14) columns will be repaired consisting of three (3) corbel style repairs and eleven (11) column style repairs. The contractor shall also be required to disconnect and modify electrical wiring and conduit that is mounted on the existing column faces to accommodate the installation of the proposed repair. Any required modification to electrical wiring and conduits shall allow the circuit to function as originally designed or better. All repair methods shall meet all applicable codes (United Facilities Criteria (UFC), ASCE-7, local building codes, NEC and any other applicable code). The following construction constraints will be incorporated into the final solicitation and should be considered when determining interest in this requirement: 1. The contractor shall be limited to the demolition and construction of 1 column face per section. This will allow maximum use of the warehouse space to accomplish mission activities. 2. Construction shall have minimal to no impact to mission activities. 3. Construction shall occur during off peak warehouse hours (1600 -0530). Weekend work is acceptable but must also occur during these hours. 4. The contractor shall retain a Geotechnical Engineer who specializes in foundations. The Geotechnical Engineer shall be present during the excavation for the new column footings to ensure that any unstable or unknow conditions are appropriately addressed by a competent person. 5. The contractor shall retain a Structural Engineer who specializes in structural retrofits and bracing. The Structural Engineer shall be present when the contractor jacks the roof girder to install the temporary column at all locations to ensure that unsafe conditions are appropriately addressed by a competent person. 6. Contractors will be required to submit employee's information on the secure Defense Biometric Identification System (DBIDS) Pre-Enrollment Portal to initiate pre-vetting and the subsequent issuance of access badges. 7. Suppliers, vendors, or other one-time/occasional visitors will require prior notification to the Security Officer and escorted to the project site. The anticipated requirement may result in an Invitation for Bid (IFB) solicitation issued in approximately April 2024. If solicited, the Government intends to award the contemplated requirement as a firm, fixed-price construction contract by approximately June 2024. The Government estimates that construction of the potential requirement can be completed within 365 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. 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 236210 Industrial 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 Z2GZ Repair or Alteration of Other Warehouse 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) 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, Howard Gregory at howard.e.gregory@usace.army.mil by 0800 / 8:00 a.m. (PT) Wednesday, 13 December 2023. Please include the Sources Sought Notice number, 'W9123824S0005' in the e-mail subject line. The Method of Contractor Selection has not been determined at this Time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Military

$5,000,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
392
Active Projects
188
Bidding Soon
3,511
All Active Projects
1,468
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

December 13, 2024

img_map_placeholder

25600 S Chrisman Rd, Tracy, CA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.