SOURCES SOUGHT
Y -- Construct a Flight Simulation Facility at Patrick Air Force Base, FL.
- Notice Date
- 7/21/2021 11:42:42 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-21-AFB-Patrick
- Response Due
- 8/4/2021 12:00:00 PM
- Archive Date
- 08/19/2021
- Point of Contact
- Jordan T. Lowe, Phone: 502-315-7045
- E-Mail Address
-
Jordan.T.Lowe@usace.army.mil
(Jordan.T.Lowe@usace.army.mil)
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Project Location: Patrick Air Force Base, FL��� County: Brevard Project Description:� Provide all labor, material, and equipment necessary to safely construct a Flight Simulation Facility at Patrick Air Force Base on time and within budget. Scope of project includes the construction of a flight simulator facility consisting of two story bay for HC-130J and HH-60W simulators. The scope includes reinforced concrete foundation, concrete slab, structural frame, walls, and roof. Work includes all electrical, mechanical, communications, including secure communications, both clean agent and water fire suppression, back-up generator, security and energy monitoring systems. Site work will include landscaping, walkways and access pavements, and parking. Construction will include all work necessary to provide a complete and usable simulator training facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01. Contract duration is estimated at 730 calendar days. The estimated cost limit is between $10,000,000 and $25,000,000.� NAICS code is 236220.� All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Small Business contractors should respond to this survey via email by Wednesday, August 4, 2021 by 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI)) and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Provide descriptions your firm�s past experience on three (3) projects with greater than 95% construction complete or those projects completed within the last five years which are similar to this project in size, and scope. �Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects.� Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Projects similar in Scope to this project included:� The scope of services for similar projects will include project management and construction of new training and administrative facility to include large, high-bay open space, clean agent fire suppression, water cooled chilled water HVAC system, Installation of office interior finishes, mechanical, plumbing, electrical systems, fire alarm, communications systems and windows that meet ATFP standards. � Projects similar in size to this project include:� Major construction projects of approximately 18,000 SF or greater[MEACUC(1]�[BBJCUC(2]�. In order to be considered similar in scope, the bay space clear span must be at minimum 60 feet. Additionally, the bay space height must be at minimum 50 feet. � Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed.�� Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. Whether the project was design build or design/bid/build Identify the number of subcontractors by construction trade utilized for each project. 5. 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 the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages.� Please only include a narrative of the requested information; additional information will not be reviewed. Email responses and any questions to Jordan Lowe at Jordan.T.Lowe@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government.� Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to submitting a proposal. Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should apply for registration immediately upon receipt of this notice. See�https://ww.sam.gov�for information on registration.� All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to submit a proposal upon release of the solicitation. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). Vendors are highly encouraged to begin registering as soon as possible in order to submit a proposal on this project. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/92e3f845621b47e8a711b4cefeb33fdc/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06069432-F 20210723/210721230133 (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 |