SOURCES SOUGHT
Y -- Consolidated Nuclear Air Operations and Support Facility, Whiteman Air Force Base, Missouri
- Notice Date
- 10/12/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ18R4000
- Point of Contact
- Carmen E. Hopkins, Phone: 8163893264
- E-Mail Address
-
carmen.e.hopkins@usace.army.mil
(carmen.e.hopkins@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ONLY. This notice is to seek information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this sources sought, and no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. Responses to this sources sought notice will be used to make appropriate acquisition decisions. After review of the responses to this sources sought notice, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities website www.fbo.gov. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. This Sources Sought notice is unrestricted at this time and is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities and qualifications of interested firms. The North American Industry Classification System (NAICS) Code for this project is 236220 with a small business size standard of $36.5M. This Design-Bid-Build project will be located at Whiteman Air Force Base, Missouri, in Johnson County. The general scope of the requirements will be furnishing all labor, equipment, materials, and transportation and performing all required work in accordance with the plans and specifications for the construction of a Consolidated Nuclear Air Operations and Support Facility utilizing conventional construction methods to accommodate the mission of the facility. The facility will consolidate sortie-essential functions into a single mission-focused building. The facility, at a minimum shall include the following: shall consolidate all flight and training tasks for each unit. The facility should be compatible with applicable DoD, Air Force, and Whiteman Air Force Base design standards. In addition, local materials and construction techniques shall be used where cost effective. The facility shall include all access roads, parking lots, sidewalks, emergency back-up power, communications support including controlled/sensitive areas, fire detection and suppression, mass notification, and all other necessary support. The facility shall comply with anti-terrorism/force protection requirements per the applicable and current DoD UFC. The facility shall meet and validate Guiding Principles as described by UFC 1-200-01. The new facility shall not exceed 7,357 sm (79,190 sf). Supporting Facilities include Utilities, Site Improvements, Pavements, Demolition, Communication Support and Backup Generator. The magnitude of this project is between $25,000,000 and $100,000,000. Submission Requirements: 1. Offeror's name, address, point of contact, phone number, and e-mail address. 2. Firm's DUNS number. 3. Offeror's interest in providing a proposal on pending solicitation, once issued. 4. Offeror's capability to perform a contract of this magnitude and complexity. 5. Offeror's type of business and business size under NAICS 236220. 6. Offeror's Joint Venture information, existing and potential, if applicable. 7. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) 8. Provide evidence of similar projects of a sensitive nature/clearances as will be required by this project and your role on these projects to include the following: a. Evidence of working on a military installation b. Evidence of working adjacent to a restricted flight line on a military base c. Evidence of working in a controlled access for construction that restricts daily access for workers, deliveries, etc and required escort by government personnel. Please note background checks will be required for all personnel. d. Has your firm ever constructed a facility for the DoD in CONUS per the ICD 705 and a Construction Security Plan? If yes, provide applicable project examples and estimate in a percentage amount of additional time and money required for these requirements. i. Evidence of constructing large compartmented areas in excess of 10,000 Sq. Ft. and located on a secondary level or higher floor per ICD 705. 9. Period of Performance: In order to produce a turnkey facility with all work including the MILCON funded building and FFE, IDS, ACS and AV what period of performance would be the most beneficial for both time and price considerations? 10. Please address your firm's plan to include small business participation to the maximum extent practical on a project of this size and nature. 11. Evidence of Guiding Principles validation and/or LEED Silver or higher on similar projects? Please specify. 12. Industry preferred acquisition strategy for this specific project: a. Would your firm prefer a one phase or two phase prequalification sources acquisition strategy? b. Would your firm prefer a best value trade off or lowest price technically acceptable acquisition strategy Interested Businesses are invited to respond to this sources sought announcement by providing no more than 10 single sided 8 ½ x 11 pages describing 1-3 job experiences reflecting the information above. Interested parties should respond via email to the point of contact below no later than October 20 2017 at 2:00 p.m., local Kansas City Time. All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government. POINT-OF-CONTACT The point-of-contact for all questions is Carmen E. Hopkins at carmen.e.hopkins@usace.army.mil. Please no phone calls. All questions must be submitted in writing via email to the above point-of-contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ18R4000/listing.html)
- Place of Performance
- Address: Whiteman Air Force Base, Whiteman Air Force Base, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN04711675-W 20171014/171012230806-4bd6b08ba3411902165bd234f77fcec5 (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 |