Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2018 FBO #5888
SOURCES SOUGHT

Y -- Aviation Complex-2

Notice Date
1/4/2018
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-R-0015
 
Archive Date
2/17/2018
 
Point of Contact
Temekka S. Ellis, Phone: 757-201-7035, Paula M. Beck, Phone: 7572017026
 
E-Mail Address
temekka.s.ellis@usace.army.mil, paula.m.beck@usace.army.mil
(temekka.s.ellis@usace.army.mil, paula.m.beck@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. All interested firms should respond to this notice. Project Description: This project is to award a Single Award Task Order Contract (SATOC) to complete the construction of the Aviation Complex. It is anticipated the award of these follow-on phases upon the completion of the Aircraft Apron and Airfield Improvements project. The anticipated scope of work for the task orders issued under this SATOC includes the construction of an aviation hangar, aviation shops and paint shop spaces, secure spaces, and unit operations building type facilities. The seed contract of the SATOC includes the construction of a multi-story secure operations building with an approximate area of 127,000 square feet. It will house operational and administrative spaces for the complex, including a Sensitive Compartmented Information Facility (SCIF), data center, private and open offices, command suite, conference facilities, and personnel support spaces. Also, the building will include a warehouse, armory, indoor firing range, gymnasium, indoor aquatic training facility, medical aid station, and multi-purpose team room with a commercial kitchen. The operations building will serve as the telecommunications and electronic site security hub for the entire complex. All critical electrical and communication systems must be able to connect and communicate seamlessly with other construction phases of the Aviation Complex. Power requirements include standard power, generator power and an Uninterruptible Power Supply (UPS) requirement of approximately 500KVA. Due to the SCIF requirement, the project site must be fully secured twenty-four (24) hours a day during construction and have secure material storage in accordance with Intelligence Community Directive Number 705. Construction duration is expected to be 22 months. The follow-on task order of the SATOC includes the construction of a secure aircraft hangar with multi-story shops and support spaces with an approximate area of 204,000 square feet. The hangar includes fixed-wing and rotary-wing aircraft bays with bridge cranes. It will be a long span steel structure with a deep foundation and high expansion foam fire protection system. The ground floor shops and spaces will have direct access to the hangar and include Aircraft Life Saving Equipment (ALSE), paint, sheet metal and commo shops, and operations, and other related spaces. The aircraft paint shop consists of a paint booth, equipment and paint storage, and provides space for paint stripping, corrosion removal, protective coating, chemical agent resistant coating, and painting of aircraft components. Second floor spaces provide operational and administrative spaces including a SCIF, data center, training areas, troop areas and support spaces. This task order will also include final apron paving, access road paving, and pavement markings. All critical electrical and communication systems of the aircraft hangar must be able to connect and communicate seamlessly with other construction phases of the Aviation Complex. Power requirements include standard power, generator power and a significant Uninterruptible Power Supply (UPS) requirement. Similar to the seed contract, due to the SCIF requirement, the project site must be fully secured twenty-four (24) hours a day during construction and have secure material storage in accordance with Intelligence Community Directive Number 705. Construction duration is also expected to be 24 months. The operations building and aircraft hangar are scheduled to be funded for construction in FY 19 and FY 20, respectively. There is anticipated to be an overlap of about 16 months when the two projects will be under construction at the same time. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. The order of magnitude for this effort is estimated between $100,000,000.00 and $150,000,000.00. REQUESTED INFORMATION: Since this notice is being used to assess the extent of firms capable of fulfilling the Government's requirements, this Agency requests that interested contractors complete the following questions to assist the Government in its efforts: Interested contractors shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Please submit your cage code and DUNS number. Contractors responding to this sources sought are not required to be a small business. Specify if your business status qualifies as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. 3. Provide a write up of your company's capability to manage the construction of this magnitude and complexity within these limits listed below based on past experience and how you would manage the construction of this project. Indicate the primary nature of your business and capability to execute project professionally. 4. Provide at least three (3) examples of projects similar to requirements described in the project description above, within the past fifteen (15) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of construction. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. The Government anticipates soliciting under source selection procedures in accordance with FAR Part 15. Please provide your recommendation for acquisition strategy that would interest your firm and industry: a. BVTO - Best Value Trade Off, and why. b. LPTA - Lowest Price Technical Acceptable, and why. c. IFB - Invitation for Bid, and why d. Others (Please indicate), and why. 6. Would industry be interested or less interested in responding to solicitation for: a. BVTO - Best Value Trade Off (Yes or No) and why. b. LPTA - Lowest Price Technical Acceptable (Yes or No) and why. c. IFB - Invitation for Bid, and why d. Others (Please indicate) and why. 7. Would industry be interested or less interested in responding to solicitation for: a. Single Award Task Order Contract (SATOC) and why. b. Two individual "C" contracts for Phase 2 and Phase 3 and why. c. Others (Please indicate) and why. 8. What risks and/or constraints does industry presume with two "C" contracts versus a Single Award Task Order Contract (SATOC)? 9. The Government anticipates conducting a Best Value Trade-off source selection process. What evaluation factors would industry believe to be appropriate for this type of magnitude and complexity as described above in Project Description? 10. If this was awarded as a SATOC what approach would industry utilize for binding pricing for follow-on task orders? a. Coefficient factor, based on RS Means and why b. Schedule of values, and why c. Other (Please indicate) and why 11. Would industry like to review a DRAFT RFP and provide comment? If so, why and what information is important to include within the DRAFT RFP? This Sources Sought announcement is not a request for competitive proposals. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE is not seeking or accepting unsolicited proposals, and USACE will not accept telephone inquiries. All questions and correspondence shall be directed via email to Temekka Ellis at temekka.s.ellis@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Submit response via email to Ms. Temekka Ellis with copy furnished to Paula Beck at paula.m.beck@usace.army.mil with the subject including the Source Sought No. W91236-18-R-0015. Capability package must be submitted no later than on or before 3:00 PM EST, Friday, February 2, 2018. Limit capability briefing package to 10 pages. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. Point of Contact is Temekka Ellis, temekka.s.ellis@usace.army.mil at 757-201-7035.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-R-0015/listing.html)
 
Place of Performance
Address: Newport News, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN04780960-W 20180106/180104230553-8a5edf410201e1b24d77b11972beb454 (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.