SOURCES SOUGHT
Y -- Construct Fire Station at Yakima Training Center, WA
- Notice Date
- 1/22/2018
- 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-YTCFIRESTATION
- Archive Date
- 2/21/2018
- Point of Contact
- Shawna West, Phone: 206-764-6575
- E-Mail Address
-
shawna.west@usace.army.mil
(shawna.west@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: "Yakima Training Center (YTC) Fire Station, Yakima, 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 project is estimated to be in the range of $10,000,000 to $25,000,000. 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 announcement. DESCRIPTION OF PROPOSED PROJECT: Construct a standard design two company headquarters fire station with three additional structural apparatus bays. This facility will include apparatus bays, residential areas, administration areas, training areas, building information systems, fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained system. Measures in accordance with the Department of Defense (DOD) Minimum Antiterrorism for Building standards will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DOD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. 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 of similar size, complexity and scope completed within the last six years. Examples should include the following information: a. Evidence of demonstrated experience with the construction of facilities of similar function, size, and complexity (>30,000SF); b. Evidence of demonstrated experience with the construction of facilities that has a minimum of two functions contained in this proposed project, i.e., administrative offices, classrooms/training rooms, commercial kitchen, apparatus bay, locker room with showers, and sleeping quarters; b. Evidence of demonstrated experience with construction projects on military installations; c. Evidence of demonstrated experience constructing facilities to a LEED Silver classification; d. A description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of each project. 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 Sources Sought 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 6 February 2018. Submit responses to the attention of Shawna West Contract Specialist, by email: shawna.west@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-YTCFIRESTATION/listing.html)
- Place of Performance
- Address: Yakima Training Center (YTC), Yakima, Washington, 98901, United States
- Zip Code: 98901
- Zip Code: 98901
- Record
- SN04795733-W 20180124/180122230740-6dab5e84d597e4e228369bd0496563ed (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 |