SOURCES SOUGHT
Y -- Joint Regional Confinement Facility (JRCF) at Joint Base Lewis-McChord, WA
- Notice Date
- 1/17/2018
- 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, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-18-R-JBLM_JRCF
- Archive Date
- 2/15/2018
- Point of Contact
- Lorraine Warehime, Phone: 2067646662
- E-Mail Address
-
lorraine.warehime@usace.army.mil
(lorraine.warehime@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: "Joint Regional Confinement Facility (JRCF) at Joint Base Lewis-McChord (JBLM), Washington" Proposed project will be a firm fixed-price construction project. In accordance with DFARS 236.204 Disclosure of the magnitude of construction projects, the order of magnitude for this projectis estimated to be in the range of $25,000,000 to $100,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction, and the associated small business size standard is $36,500,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. DESCRIPTION OF PROPOSED PROJECT: The U.S. Army Corps of Engineers (USACE), Seattle District (NWS) intends to procure services for the design and construction of an 87,620 Square Foot Joint Regional Confinement Facility (JRCF) located at Joint Base Lewis-McChord (JBLM), Washington. This is a FY2018 military construction project. Major Site Work elements include: utilities, lighting, paving, walks, curbs and gutters, parking, street lighting, storm drainage, information systems, recreational area, site improvements, HVAC, comprehensive interior design, including furnishings, fixtures and equipment, and demolition of the existing JRCF. The existing JRCF will stay operational during construction of the new JRCF. The JRCF will replace the existing confinement facility with new facilities meeting Army Corrections Systems (ACS) Level II (pretrial confinement and minimum/medium security) criteria and Complying with American Corrections Association (ACA) standards, Army policy, Department of Defense criteria, Executive Orders, and other applicable laws and regulations. Facilities include the confinement facility with the capacity of 150 persons, vocational facilities, and integrated perimeter security connected to the existing JBLM energy monitoring and control systems (EMCS), intrusion detection system (IDS), mass notification system, fire alarm and protection system, and electronic security. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Three (3) to five (5) examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; b. Description of experience demonstrating major design and construction of confinement facilities. 4. CAGE code and DUNS number of your firm. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: Provide the following, on the Bonding Company's letterhead: (1) Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. PLEASE SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 31 January 2018. Submit responses to the attention of Lorraine Warehime, Contract Specialist, by email: Lorraine.Warehime@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-18-R-JBLM_JRCF/listing.html)
- Place of Performance
- Address: Joint Base Lewis-McChord, Washington, United States
- Record
- SN04791924-W 20180119/180117231316-530baa16568f04244fe252333ef765b8 (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 |