Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2020 SAM #6945
SOURCES SOUGHT

Y -- DESIGN-BUILD, FLIGHT TEST ENGINEERING LABORATORY COMPLEX, EDWARDS AFB, CA

Notice Date
12/2/2020 11:44:36 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21R0005
 
Response Due
1/14/2021 2:00:00 PM
 
Archive Date
01/29/2021
 
Point of Contact
Lucia A. Carvajal, Phone: 2134523240
 
E-Mail Address
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
 
Description
This is a SOURCES SOUGHT NOTICE for information only.� Replies by interested parties will be used by this agency for preliminary planning purposes.� No proposal or contract will be awarded from this notice.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract to design and construct the Flight Test Engineering Laboratory at Edwards AFB, CA PROJECT: �Flight Test Engineering Laboratory Complex, Edwards AFB, CA. Design and construct a two story laboratory, engineering and office complex (approximately 6,968 Square Meters) with reinforced concrete slab foundation, wall panels, standing seam metal roof, thermal energy storage system, and fire protection. Include, earthwork, site drainage, parking, site lighting, sidewalks, curbs, gutters, and utilities. This project will demolish Building 1400 (6,265 Square Meter). Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. Sustainable principles, to include life- cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1-200-02. This includes preparation of a life-cycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01 BACKGROUND: To maintain United States Air Force superiority, Test Engineering Group must develop labs that will allow for Special Access Program/Sensitive Compartmented Information level data analysis and flight test operations to support near-peer engagements and sensor advancement for the war on terrorism. Test Engineering Group labs are used both to support test missions and to develop methodologies and equipment needed to test cutting edge weapons systems. A modern, flexible facility is essential to allow Test Engineering Group to rapidly upgrade/modify labs to keep up with the increasing pace of changing technology and agile software updates.� Building 1400 was one of the first built as part of the original main base construction in 1954 and houses the 412th Test Engineering Group. The facility is over 60 years old, does not comply with current fire and life safety codes (Fire Safety Deficiency Code 1 assigned), is in deteriorated condition, is energy inefficient, and does not meet current earthquake safety standards. Original construction material such as asbestos-filled ceilings and glass-paned walls restrict building modifications and pose both day-to-day and long- term occupational safety hazards to employees. In addition to the negative intangibles of working in a dilapidated and unsafe building (a significant negative impact on workforce morale and effectiveness and significantly impacts attracting talented engineers during the interviewing process which occurs in the engineering home office), Test Engineering Group cannot effectively adapt or upgrade existing labs to develop new test capabilities required to test 5th and 6th generation platforms. Attempts to do even moderate updates to labs through renovations are prohibited by environmental abatement requirements, outdated electrical, communication and mechanical systems, architectural barriers, and life safety and fire safety deficiencies. Additionally, maintenance and repair of these facilities requires extensive effort and resources due to 1954 construction materials. The type of set-aside decision to be issued will depend upon the responses to this sources sought notice. The purpose of this notice is to gain knowledge of the experience and qualifications of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone small business concerns, Women-owned small business concerns, Small disadvantages business concerns; Veteran-owned small business concerns, Service Disabled Veteran owned small business concerns and 8(a) firms. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, which has a small business size standard of $39,500,000.00. In accordance with Defense Federal Acquisition Regulations sub-part 236.204(ii), the estimated magnitude of this project is: Between $25,000,000 and $100,000,000. The total contract performance period is 780 calendar days. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S.� Small Business Administration. Minimum capabilities required include, previous experience of projects similar to magnitude and complexity. Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above.� Responses are requested with the following information, which shall not exceed a total of six pages. 1� Offerors name, address, point of contact, with telephone numbers, and email addresses. 2� Business size/classification, to include any designations as Small Business, HUBZone, Service Disabled, Veteran Owned, or 8(a) and NAICS code designations. 3.� Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). 4. Description of capability to perform the proposed project. Manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts. 5. Firm�s interest in proposing on the solicitation when it is issued. 6. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years.� Response MUST demonstrate experience in new construction, SCIF construction, AT/FP requirements, creative office and interior space designs utilizing modern and innovative concepts and cutting edge design elements, cyber security compliance and communications.� The past performance information should include project title, location, general description to demonstrate relevance to the proposed project, the Offerors� role, dollar value of contract, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address).� One of the projects must be a D-B project and all projects examples MUST be greater than $30,000,000. Lastly, one (1) project must have occurred on a military installation. Responses should be submitted to Lucia A. Carvajal, Contract Specialist., via US Mail or overnight courier to U.S. Army Corps of Engineers, Los Angeles District, Contracting Division, c/o Lucia A. Carvajal, 915 Wilshire Blvd., Suite 930, Los Angeles, CA 90017. Electronic transmittal of your submittal is preferred to lucia.a.carvajal@usace.army.mil.� Submittals are due no later than December 10th 2020.� Submittals will not be returned. This is not a Request for Proposals, only a Request for Information.� No award will result from this Sources Sought Notice.�� This notice does not constitute any commitment by the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/21da910eec844334a12d2ba6d0427018/view)
 
Place of Performance
Address: Edwards, CA 93523-0326, USA
Zip Code: 93523-0326
Country: USA
 
Record
SN05865147-F 20201204/201202230142 (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.