Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2020 SAM #6622
SOURCES SOUGHT

Y -- Multi-Location Single Award Task Order Contract (SATOC) for Design - Build and General Construction to support DOD agencies in the Georgia-North Carolina-South Carolina Region

Notice Date
1/14/2020 8:53:48 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN20R4002
 
Response Due
1/29/2020 11:00:00 AM
 
Archive Date
02/13/2020
 
Point of Contact
Gregory M. Graham, Phone: 9126525476, Magdalena Bernard, Phone: 9126525131, Fax: 9126525828
 
E-Mail Address
gregory.m.graham@usace.army.mil, Magdalena.Bernard@usace.army.mil
(gregory.m.graham@usace.army.mil, Magdalena.Bernard@usace.army.mil)
 
Description
This notice constitutes a Sources Sought This announcement seeks information from industry and will ONLY be used for preliminary planning and market research purposes. THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this Sources Sought. The purpose of this Sources Sought is to determine interest and capability of potential qualified contractors relative to the North American Industry Classification code (NAICS) 236220, Commercial and Institutional Building Construction. The Small Business size standard for this NAICS code is $39.5 million average annual revenue. The type of solicitation issued and the manner of advertisement will depend on the responses to this Sources Sought. U.S. Army Corps of Engineers (USACE), Savannah District has been tasked to solicit the interest of prospective offeror(s) to determine the availability of qualified contractors to compete under a potential solicitation resulting from this announcement. The purpose of this Sources Sought is to gauge interest, capabilities and qualifications of members of the Construction Community as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. Responses to this synopsis will be used as a market research tool in order to determine acquisition strategy and how the solicitation upcoming will be advertised. This Sources Sought is intended for Small Business only. BACKGROUND & SUMMARY OF REQUIREMENTS: Background: The Savannah District, U.S. Army Corps of Engineers requires the services of firms to support the Savannah District (SAS) customers for Design Build Construction or General Construction services. It will primarily support Savannah District�s military customers. Customers within the three state region of Georgia-North Carolina-South Carolina and include the Department of Defense (Fort Benning, Fort Bragg, Fort Gordon, Fort Stewart, Seymour Johnson Air Base, Robins Air Base). The majority of the work is expected to be located at Fort Bragg, Fort Gordon and Fort Stewart. The anticipated solicitation will result in three (3) Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) SATOC Awards, Offerors may only be awarded 1 of the 3 SATOC Awards. Fort Bragg � Small Business - $49M - Min T.O � $250k Max T.O - $5M Fort Gordon � HUBzone � $49M � Min T.O - $150K Max T.O - $5M Fort Stewart � HUBzone - $30M � Min T.O � $150K Max T.O � $5M With a two-year base period and three option years. � Summary of Requirements: Single Award Task Order Contract (SATOC) for General Construction and Design-Build Construction to provide rapid response with new construction, renovation, upgrades, improvement, maintenance or repair of conditions related, but not limited to site work, exterior and architectural finishes, architectural woodwork, electrical systems, mechanical systems, plumbing systems, structural systems, fire suppression systems, anti-terrorism and force protection of Government facilities in a cost effective manner. The facility types may include, but are not limited to, Medical, Administrative, Educational, Training, Weapons Training, Animal Training, Storage, Religious, Recreational, Dining, Vehicle Maintenance, Aircraft Maintenance, Air Traffic Control, Barracks, Ranges, Access Control, Sensitive Compartmented Information, and etc. Work that requires the use of civil funds is not within the scope of this contract. Work may include, but is not be limited to the following. General Construction: New construction, renovation, repair, alterations and/or improvements of facilities and facility components including exterior and architectural finishes (floors, ceilings, doors, windows, paint, siding, and etc.), architectural woodwork (molding, cabinets, and etc.), electrical systems (conduit, wire, breakers, panels, transformers, emergency generators, interior/exterior high and low voltage electrical power lines, interior/exterior lighting, emergency shut-offs, lighting protection, and etc.), mechanical systems (HVAC instrumentation & controls, HVAC control systems, commissioning, decommissioning, retro-commissioning, total building commissioning, gas lines, insulation, acoustical systems, underground high temperature lines, boilers, chillers & chilled water distribution systems, variable frequency controls on HVAC systems, and etc.), plumbing systems (sanitary sewer, domestic water lines, backflow preventers, pumps, water coolers, and etc.), fire suppression systems (fire alarm systems, sprinkler system, and etc.), communication systems (mass notification system, IT lines, telephone & data lines, and etc.), renewable energy systems (solar panels, ground source heat pumps, and etc.), roofing systems (various roof types, including their gutters, downspouts, flashing, fascia, soffits, and etc.), structural systems, foundations, fencing, gates, conduit and cables for security systems. Anti-Terrorism and Force Protection (ATFP): New construction, renovation, repair, alterations, and/or improvements of ATFP facilities, facility components, and systems (site layout, security design, building construction, threat development, level of protection, design constraints and communications, and etc.) and any other appurtenance necessary to provide a complete and usable facility. Horizontal and Other Construction: New construction, renovation, repairs and/or improvements of pavements, surfaces, transportation facilities, earthwork, landscaping, sitework, and stormwater management systems, including highways; roads; streets; airfield pavements, taxiways, aprons and/or pads; highway bridges, excluding bridges that span major waterways; parking lots; traffic signage, signals and markings; detection loops; pedestrian bridges; sidewalks; decorative pavers; athletic and/or recreational surfaces; landscaping and irrigations systems; seeding and/or sodding. Work may also include the following, but is not limited to: site preparation, earthwork, grading, excavation & filling, clearing & grubbing, surveying, traffic & signalization and traffic studies. Storm water management, storm drainage systems and erosion control. Incidental Work: New construction, renovation, temporary facilities, rehabilitation, repair, and/or other work or service that is incidental to any tasks performed in any of the above paragraphs. This includes, but is not limited to demolition; carpentry; lighting; and minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of roofing, mechanical, plumbing or painting services; and swing space and temporary and/or relocatable facilities for occupancy, during construction. Remediation and disposal of lead, asbestos, and mold incidental to any task performed in any of the above paragraphs. Testing, reports, and surveys associated with new construction, renovation, repair, alterations and/or improvements of facilities, facility components and any other task performed in any of the above paragraphs, including lead and asbestos testing, structural testing, transportation surveys (including traffic and/or pedestrian patterns). Restrictions: Task orders for design only or demolition only shall not be placed against the contract. � PLACES OF PERFORMANCE / LIST OF SITES: The contracts to be awarded under this acquisition plan are for Design Build (DB) and construction projects within the three-state Region of Georgia, North Carolina and South Carolina. The plan covers actions in support of Army, Air Force, Navy, Marine Corps, and National Guard Reserve components/installations and other Department of Defense and Federal Agencies located on DoD installations or in support of defense operations. REQUESTED INFORMATION: Your firm's intent to submit a proposal for this contract when it is formally advertised which of the 3 you intend to propose on (may be 1 or all 3, but Offerors may only be awarded 1 of the 3 SATOC Awards Name of firm with address, phone and point of contact. A copy of your entity record in SAM.gov. A letter of current bonding capacity from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. Teaming / JV arrangements: If you intend to team for the purpose of bidding on this MATOC, submit a signed letter of intent between both teaming partners. A Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work will be utilized as a market research tool in making decisions related to the solicitation of this contract. This should include documentation of your breadth in past experience and competence in delivering similar requirements, Design-Build capabilities and your ability to perform multiple task orders simultaneously. If you have multiple office locations, indicate where those are and what areas of the southeastern region you have primarily worked in. The SOC should be no more than four (4) pages in length. Demonstrated Experience: Submit at least three (3) but no more than seven (7) projects where you have demonstrated similar experience within the last five (5) years. Included in the minimum of three projects, submit the following: 2 General Construction Projects valued between $50k to $10M 1 D/B Construction Project For each project submitted include the following: Customer Name and contact information Dollar value Description of the requirement by identifying the capabilities and experience requested in paragraph six above. Identify whether you were the prime, sub and/or whether you were a part of a Joint Venture. If you were a part of a joint venture or a sub, what role did you have with the project? Timeliness of performance NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT. WHEN / WHERE TO SUBMIT RESPONSES: Interested business concerns are requested to complete and return via email any responses to this Sources Sought electronically no later than 2 :00 PM Eastern time Wednesday, January 29, 2020, to the attention of the Contract Specialist, Greg Graham at gregory.m.graham@usace.army.mil To ensure your submission is received and processed appropriately, please subject your email ""SOURCES SOUGHT RESPONSE: W912HN20R4002 FIRM NAME HERE"" Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Savannah District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future. All information submitted under this Sources Sought will be considered proprietary and will not be available for use outside of the Federal government. PLANNED SOLICITATION: Currently it is estimated that the formal solicitation will be posted in third quarter FY20. The Government's acquisition strategy is unknown. A Pre-Solicitation announcement will be issued no sooner than 15 days prior to the release of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a0d9694295ab4d1e8d8dc2a1158cad92/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05534732-F 20200116/200114230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.