Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
MODIFICATION

Y -- W9126G-16-R-0266, Sources Sought Synopsis for Hammerhead Barracks at Fort Hood, Texas

Notice Date
4/5/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-16-R-0266
 
Archive Date
2/17/2016
 
Point of Contact
LaTorie M. Bivins, Phone: 8178661110, John H Rodgers, Phone: 877-866-1048
 
E-Mail Address
latorie.m.bivins@usace.army.mil, john.h.rodgers@usace.army.mil
(latorie.m.bivins@usace.army.mil, john.h.rodgers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (REVISED) For Hammerhead Barracks, Fort Hood, Texas Solicitation Number: W9126G-16-R-0266 This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis. Respondents will not be notified of the results. The U.S. Army Corps of Engineers - Fort Worth District has a requirement for the Fort Hood Military Installation in Killeen, Texas, to renovate eight (8) barracks of the 9400 block Hammerhead Barrack Project at Fort Hood Texas in order to improve the energy efficiency, eliminate mold and mildew, and improve a better living environment that will last for the next 20 years. The Hammerhead Barracks Project consist of renovating eight (8) barrack buildings (building numbers 9418, 9419, 9420, 9421, 9422, 9424, and 9425), provide centrally located hot water heating plant in mechanical room of one of the barracks as well as piping to the eight barracks, sidewalk replacement, parking lot reconfiguration and reconstruction, landscaping, utility upgrades and Central Energy Plant piping upgrades. The Hammerhead Barracks Project will be a competitive, firm-fixed price, design-build contract. The government intends to issue a solicitation; however, the results and analysis of this market research will finalize the determination of the procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought synopsis. The purpose of this synopsis announcement is to gain knowledge of interest, capabilities and qualifications from various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman-Owned Small Business (WOSB) Only. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, and WOSB Only businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of constructing the following work: Statement of Work: The Government is seeking qualified, experienced sources capable of performing the design and construction for the whole block revitalization of the 9400 block to include 8 Barracks Building 9418, 9419, 9420, 9421, 9422, 9423, 9424, and 9425, renovation of laundry facilities in each barracks, replacement of distribution piping and utilities, sidewalk replacement, parking lot reconfiguration and reconstruction, and landscaping. All barracks shall be designed and constructed to house one soldier per room under normal conditions, but the design shall also support two soldiers per room under surge conditions. This project includes the demo of chilled water to all buildings supported by a Central Energy Plant (CEP) and replacement with a condenser water loop system for ground source heat pumps in the barracks and a heating water loop for domestic hot water. This project also requires providing 40% domestic hot water with solar for the barracks. In accordance with FARs Part 36, the estimated construction price range for each Barracks Building is $5-$10 Million. The construction cost limitation for the entire project is approximately $64,000,000.00. The estimated duration of the project is 720 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. The Standard Industrial Code (SIC) is 1542. The Federal Supply Code (FSC) is Y1FC. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a 2-phase Design-Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is around July or August 2016. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on Statement of Work (All eight (8) buildings) solicitation when it is issued. (All eight (8) buildings are preferred to be renovated together, however state if you are interested and have bonding capability to renovate one, two, three, or all four barrack buildings.) 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. 4. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 5. Firm's Size: Large Business, Small Business category and business size, (Small Business, HUB Zone, SDVOSB, 8(a), or WOSB. 6. Firm's Joint Venture information if applicable - existing, including Mentor Protégés and teaming arrangement information is acceptable. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firm's shall respond to this Sources Sought Synopsis no later than noon Central Time on 22 April 2016 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Email your response to: Ms. LaTorie M. Bivins, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: latorie.m.bivins@usace.army.mil Mr. John H. Rodgers, Contracting Officer Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: john.h.rodgers@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-16-R-0266/listing.html)
 
Place of Performance
Address: 9422 Old Ironsides Ave, Fort Hood, Texas, 76544, United States
Zip Code: 76544
 
Record
SN04073404-W 20160407/160405234824-ae39ca1503468927e66ac62cbe19576d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.