SOURCES SOUGHT
Y -- Two-Phase Design-Build construction of the Ground Based Strategic Deterrent (GBSD) Training and Collaboration Center (TACC)
- Notice Date
- 10/19/2021 10:23:13 AM
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W91238-22-S-0005
- Response Due
- 11/18/2021 8:00:00 AM
- Archive Date
- 12/03/2021
- Point of Contact
- Deanna C. Zemovich, Phone: 916-557-7027
- E-Mail Address
-
deanna.c.zemovich@usace.army.mil
(deanna.c.zemovich@usace.army.mil)
- Description
- W9123822S0005 This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer shall set aside the acquisition for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to construct the GBSD Training and Collaboration Center (TACC). Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing the solicitation for Phase One of this Two-Phase Design-Build project on or around February 2022. The Government intends to award in the first quarter of fiscal year 2023. The period of performance will be 2 � years. In accordance with DFARS 236.204(ii) the estimated magnitude of construction is expected to be between $25 million and $100 million. The NAICS Code is 236210 � Institutional Building Construction. The size standard is $39.5 million. Product Service Code is Y1AZ, Construction of Administrative Facilities and Service Buildings. �GENERAL SCOPE: Construct a GBSD Training and Collaboration Center (TACC) to provide a mix of secure and unclassified office, technical, and collaboration areas sized to accommodate various workgroups and teams necessary to develop and sustain the next generation Intercontinental Ballistic Missile (ICBM) weapon system. New construction will have reinforced concrete footings and foundation, structural steel frame, insulated walls and roof, lightning protection, fire detection/suppression, and intrusion detection. Finished ceiling heights will be typical for administrative and collaboration areas. Designated areas will be constructed to ICD/ICS 705 technical standards. Secure office and some technical areas will have a raised floor system necessary for distributing and flexibility in reconfiguring multiple systems. The project includes a ground-level parking area with curbs and lighting to support both office and collaboration areas, all supporting utilities such as water, storm water and sanitary sewer, and communications connections, plus roadway improvements with curb, gutter, and sidewalks necessary to integrate the facility into the base system. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following.� The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 18 November 2021. Submit response and information through email to the Contract Specialist, Deanna C. Zemovich, email: deanna.c.zemovich@usace.army.mil. Please include the Sources Sought No. W9123822S0005 in the subject line, along with the project title: GBSD TACC.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6f2c8f0b7bae4c1aa079f126c9ce6a0f/view)
- Place of Performance
- Address: UT 84056-5214, USA
- Zip Code: 84056-5214
- Country: USA
- Zip Code: 84056-5214
- Record
- SN06160621-F 20211021/211019230114 (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 |