Similar Projects
Flood Protection - City of San Jose
Infrastructure
Conception
$7,986,000 est. value
San Jose, CA 95134

Measure T - New Fire Station 36 - City of San Jose
New Construction, Infrastructure
Conception
$11,985,000 est. value
San Jose, CA

Costco - Westgate West / San Jose
Demolition, New Construction, Infrastructure - 166,058 SF
Design
$46,000,000 CJ est. value
San Jose, CA 95129

Costco - Westgate West / San Jose
Demolition, New Construction, Infrastructure - 166,058 SF
Design
$46,000,000 CJ est. value
San Jose, CA 95129

Fisher Basin Expansion Project
Infrastructure - 350,736 SF
Bidding
$2,100,000 CJ est. value
Morgan Hill, CA 95037

Fisher Basin Expansion Project
Infrastructure - 350,736 SF
Bidding
$2,100,000 CJ est. value
Morgan Hill, CA 95037

South Loop Project
Infrastructure
Post-Bid
Santa Clara, CA 95134

Manila Highway 255 Shared Use Path
Alteration
Post-Bid
$888,055 est. value

General Engineering (A License) Construction, San Francisco, San Mateo, Santa Clara, and Alameda Counties
Infrastructure, Alteration
Results
$5,000,000 est. value

Minor Concrete, MGS Railing, HMA and HMA Dike
Infrastructure
Results
$3,450,000 est. value
CA

Forest Hill Elementary School Phase One
New Construction
Construction
$4,500,000 est. value
San Jose, CA 95130

Kifer Senior Housing
New Construction, Infrastructure
Construction
$13,500,000 CJ est. value
Santa Clara, CA 95051

Icon / Echo
Demolition, New Construction, Infrastructure - 525,000 SF
Pending Verification
$600,000,000 CJ est. value
San Jose, CA 95113

Icon / Echo
Demolition, New Construction, Infrastructure - 525,000 SF
Pending Verification
$600,000,000 CJ est. value
San Jose, CA 95113

Tully Road Ballfields Dog Park Improvements - City of San Jose
Renovation, Infrastructure
Conception
$500,000 est. value
San Jose, CA 95121

Last Updated 04/24/2023 07:37 PM
Project Title

RFQ Contractor - Repair Aprons and Shoulders

Physical Address View project details and contacts
City, State (County) Mountain View, CA 94040   (Santa Clara County)
Category(s) Heavy and Highway
Sub-Category(s) Paving/Reconstruction, Runways/Taxiways, Site Development
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of April 24, 2023, this is a Sources-sought notice that is used by the owner for market research information only. At this time, it is not known when a solicitation will be issued or when an award will be made. Closed sources-sought notice has been included below. .............. This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation. Requests for any of this information will go unanswered. If the conditions at Federal Acquisition Regulation (FAR) 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUBZone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform California Air National Guard (ANG) Repair Aprons and Shoulders. Other than small business is encouraged to express interest and submit capability statements as well. Contractors' capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the FAR, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in June 2022. The Government intends to award a Firm-Fixed Price contract and the period of performance is six (6) months. In accordance with FAR 36.204(f) the estimated magnitude of construction is expected to be between $1,000,000 and $5,000,000. The NAICS Code is 237310 (Repair or alteration of Highways/Roads/Streets/Bridges/Railways). The size standard is 39,500,000. Product Service Code is Z2LB (Repair or alteration of Highways/Roads/Streets/Bridges/Railways). GENERAL SCOPE: California Air National Guard (CA ANG) requests the repair of hanger aprons, shoulder pavements and two aircraft aprons. 100% design has been provided by CA ANG. Repair activities may include but not be limited to spall and alligator cracking repair, crack and joint sealing, fog sealing, paint removal and restriping on multiple pavement sections including, hangar apron A05C (apron number), shoulder pavements at S01D (shoulder number), and Aircraft Aprons A04B and A030B (aircraft apron numbers). CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, Unique Entity ID (UEID) #, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime's self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 5:00 p.m. (PST), Monday, 6 Jun 2022. Submit response and information through email to: mary.m.noonan@usace.army.mil. Please include the Sources Sought No. W9123822S0035 in the 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.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Airfield Signaling and Control Equipment.
Division 41 - Material Processing and Handling Equipment, Conveyors.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents