SOURCES SOUGHT
Z -- Building 255 Dormitory Renovation/Repair
- Notice Date
- 4/16/2020 8:17:27 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G20R2812_SOURCES_SOUGHT
- Response Due
- 5/4/2020 8:00:00 AM
- Archive Date
- 05/04/2022
- Point of Contact
- Kristi M. Pagan, Phone: 8178861086, Linda Eadie, Phone: 8168861085
- E-Mail Address
-
kristi.m.pagan@usace.army.mil, linda.d.eadie@usace.army.mil
(kristi.m.pagan@usace.army.mil, linda.d.eadie@usace.army.mil)
- Description
- This is a SOURCES SOUGHT announcement,�a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Fort Worth District has been tasked to solicit for and award a project to renovate/repair Building 255 Dormitory.� Proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued, if any, will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman Owned, SDVOSB and businesses are highly encouraged to participate. Statement of Work: The project involves renovation and repair of an approximately 53,000 SF building to accommodate students. The intent is to rehabilitate the building to increase enlisted support personnel lodging capacity and improve their living conditions. The project will include the following:� primary features - Upgraded resident rooms with individual restrooms and kitchenettes; Administrative office areas with cubicles;� Structural repairs to address cracks, corrosion and spalled concrete;� Upgrade thermal envelope;� Site grading to address water ponding; Site development and landscaping to create an outdoor communal area; Renovate/replace utility connections for power, water and sanitary sewer; Antiterrorism Force Protection (ATFP) gates and fences; Replace mechanical, electrical, and plumbing (MEP), and communication systems; fire protection; Provide EMCS; Create a courtyard communal gathering space for occupants; Upgrade communications to Wi-Fi and provide new telecom and wireless access points throughout the building; Provide new fiber lines for communications; and government furnished equipment will be provided for installation. The estimated cost of the proposed construction is between $10,000,000.00 and $25,000,000.00.� The Estimated duration of the project is 365 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. �If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about October 2020, and the estimated proposal due date will be on or about November 2020. The official Synopsis citing the solicitation number will be issued on the beta.SAM website (beta.sam.gov) and firms are invited to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information:���������� � � � � � 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4. Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business or 8(a)). 5. Firm's Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 10:00 a.m. (CT) on 4 May 2020 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Kristi Pagan, Contract Specialist Contracting Division, USACE - Fort Worth District Fort Worth, TX 76102 Email: Kristi.m.pagan@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3a21d91b21654b88893083ef2288804c/view)
- Place of Performance
- Address: Laughlin AFB, TX 78843, USA
- Zip Code: 78843
- Country: USA
- Zip Code: 78843
- Record
- SN05624060-F 20200418/200416230153 (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 |