Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2020 SAM #6733
SOURCES SOUGHT

99 -- Design-Bid-Build Construction Contract for project entitled, �Repair Security Forces Assistance Brigade (SFAB), Phase 1"" at Joint Base Lewis-McChord, WA

Notice Date
5/4/2020 9:23:52 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW20T0BEL
 
Response Due
5/18/2020 2:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Renee M. Krahenbuhl
 
E-Mail Address
renee.m.krahenbuhl@usace.army.mil
(renee.m.krahenbuhl@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES TO ASSIST THE SEATTLE DISTRICT U.S. ARMY CORPS OF ENGINEERS (USACE) IN DEVELOPING THE AQUISITION STRATEGY FOR AN UPCOMING Two-Step Invitation for Bid (IFB) for a Design-Bid-Build Construction Contract for project entitled, �Repair Security Forces Assistance Brigade (SFAB), Phase 1"" at Joint Base Lewis-McChord, Washington. THIS IS NOT A PRESOLICITATION OR SOLICITATION ANNOUNCEMENT.� After review of the responses to this notice, and if the Government intends to proceed with the acquisition, a separate presolicitation announcement will be published on the System for Award Management (SAM) website (beta.sam.gov). �Responses to this SOURCES SOUGHT NOTICE / MARKET RESEARCH STUDY are not adequate responses to any future solicitation announcement. �All interested parties and potential bidders are responsible to monitor SAM for any future postings. The purpose of this notice is to gain knowledge of and determine the availability of potentially qualified Small Business sources and their size classifications relative to the North American Industry Classification System (NAICS) Code of 236220, �Commercial and Institutional Building Construction.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business set-aside is possible and/or appropriate. �Please note that this research is for planning purposes only, and does not constitute a solicitation for competitive bids/proposals, and is not to be construed as a commitment by the U.S. Army Corps of Engineers. �However, all interested parties who believe they can meet the requirements are invited to respond, in writing, to this Sources Sought Notice. ANTICIPATED CONTRACT INFORMATION/DESCRIPTION: The Seattle District expects to issue a Two-Step Invitation for Bid (IFB) in accordance with Federal Acquisition Regulation (FAR) Part 14, Sealed Bidding.� The Two-Step Process is a combination of competitive procedures designed to obtain benefits of sealed bidding by awarding a contract to the lowest price, responsive and responsible bidder that is found to be technically acceptable. �STEP ONE under this bidding process consists of the request for, submission, evaluation and (if needed) discussions of a technical proposal ONLY. �No pricing is involved in STEP ONE.� STEP TWO consists of the normal sealed bid process and involves the submission of sealed priced bids by those who submitted acceptable technical proposals in step one.� In STEP TWO, bidders will be required to submit sealed bids that will be opened during a public bid opening, at the time and place stated in the solicitation. The Government, subject to the status of the COVID-19 pandemic, may use alternate means to conduct a �public bid opening,� such as a live video conferencing platform.� The specifics of the public bid opening will be outlined in any solicitation. �Bids submitted in STEP TWO are evaluated and award made in accordance with FAR Subparts 14.3 and 14.4. The work involved in this anticipated Contract will consist of the repair and conversion of three buildings (Bldgs. 3279, 3280 and 3281) to support the incoming SFAB on JBLM, WA. �The Security Forces Assistance Brigade (SFAB) requires administrative, training, storage, maintenance, and housing facilities.� The block of 3278 to 3288 on JBLM has been designated their semi-permanent headquarters location and the buildings within this block need to be repaired and converted to administrative, personal equipment storage, and training rooms.� Buildings 3279, 3280 and 3281 are to be renovated and converted from existing conditions into operational and readiness spaces for the SFAB. The elements of work will be based on the A-E (Architecture-Engineering) firm�s site specific demolition plans and design templates to repair and convert existing buildings in accordance with latest United Facilities Criteria (UFCs) and JBLM standards.� Work includes architectural (revised floor plans, ceiling plan, etc.), electrical, lighting, plumbing, mechanical to including heating and ventilation, structural upgrades for seismic and floor loading, fire alarm and suppression system, communications (to include addition of Non-classified Internet Protocol (NIPR) capability on 2nd and 3rd floors and a Secret Internet Protocol Router (SIPR) caf� on 1st floor), and exterior window upgrades.� These buildings will not be required to be ADA compliant.� The contractor will be required to site adapt design template to accommodate differences in different buildings. The contractor will be required to provide phasing plans in support of both a 15-month construction period for all three buildings and minimize impact to on-going operations of adjacent occupied buildings (Buildings 3283, 3284, 3286, 3287 and 3288).� Phased construction will address operational safety, haul routes, laydown areas, and security requirements.� The contractor will develop plans of construction, addressing construction activities, restricted construction activities, operations impacts, construction duration, and construction free zone limits.� Basement Arms Rooms will be upgraded to current standards.� Demolition will include asbestos & lead abatement.� The magnitude of construction for this anticipated Contract is estimated to be between $25,000,000.00 and $100,000,000.00.� SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT NOTICE: Responses to this SOURCES SOUGHT NOTICE / MARKET RESEARCH STUDY shall be limited to five (5) pages and include the following information: 1. Interested firm's name, address, point of contact, phone number, email address and small business size status under the stated NAICS Code (236220). 2. A brief capabilities narrative describing the interested firm's ability to meet anticipated contract requirements as described above. 3. Interested firms are also requested to submit a narrative describing one project they have completed that is similar in size, scope and complexity to the anticipated contract requirements described above. Submission of your interest is not a prerequisite to any potential future posting, but participation will assist in identifying sources with required capabilities. Interested bidders must be registered in the SAM database (beta.sam.gov) to be eligible for award of a Government contract. SUBMISSION DUE DATE/TIME: Responses to this SOURCES SOUGHT NOTICE / MARKET RESEARCH STUDY should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Monday, May 18, 2020.� Phone calls will not be accepted. �Please forward responses to the attention of Renee M. Krahenbuhl, Contract Specialist, at renee.m.krahenbuhl@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/16427895243249ccb28aa52ff8cac315/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN05645180-F 20200506/200504230155 (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.