SOURCES SOUGHT
Y -- T-X (T-7A) Ground Based Training System (T-X GBTS) Simulator and T-X (T-7A) Maintenance Training System Centralized Training Facility (T-X MTS CTF)
- Notice Date
- 12/9/2021 11:32:42 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
- W9126G22R0054
- Response Due
- 12/22/2021 9:00:00 AM
- Archive Date
- 01/06/2022
- Point of Contact
- Markeith Berry, Phone: 8178861269, Nicholas I Johnston, Phone: 8178861006, Fax: 8178866403
- E-Mail Address
-
markeith.berry@usace.army.mil, nicholas.i.johnston@usace.army.mil
(markeith.berry@usace.army.mil, nicholas.i.johnston@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For T-X (T-7A) Ground Based Training System (T-X GBTS) Simulator and T-X (T-7A) Maintenance Training System Centralized Training Facility (T-X MTS CTF), Joint Base San Antonio (JBSA) - Randolph AFB, San Antonio, TX 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. 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. Respondents will not be notified of the results of the evaluation. � Description: The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a project to construct T-X (T-7A) Ground Based Training System (T-X GBTS) Simulator and T-X (T-7A) Maintenance Training System Centralized Training Facility (T-X MTS CTF), Joint Base San Antonio (JBSA) - Randolph AFB, San Antonio, TX. Proposed project will be a competitive, firm-fixed price, Design Bid Build contract, procured in accordance with FAR 15, Negotiated Procurement using �Lowest Price Technically Acceptable (LPTA). 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 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 (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. Project Scope: �Construct a facility addition to hold a ground-based facility training simulator system, which consists of a Weapon Systems Trainer (WST), Operational Flight Trainer (OFT) and Unit Training Device (UTD). The facility will include a reinforced concrete foundation, concrete floor slab, structural steel frame, standing seam metal roof and exterior. Project will include fire suppression systems, all utilities, pavements, communications, site improvements and associated supporting facilities to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 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 UFC 1-200-02. This project will comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01. Construct a high-bay aircraft maintenance training facility with administrative space, classroom space, tool crib, communications room and spaces to accommodate eight (8) trainers for the following: landing gear, fuel system, seat & canopy, avionics/cockpit, engine, hydraulics, Auxiliary Power Unit/Jet Fuel Starter (APU/JFS) and flight control. Work will include fire suppression system, steel-framed structure, concrete slab and foundation system, masonry block exterior walls, and standing seam metal roof and all associated support facilities to provide a complete and useable facilities. The project will demo/relocate the Force Support Squadron sports complex (softball field, tennis court and skateboard-park). The new facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 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 UFC 1-200-02. This project will comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01. In accordance with DFAR Part 236, the construction magnitude is between $20,000,000 - $100,000,000. The Estimated duration of the project is 606 calendar days. The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $39.5 Million. The Product Service Code is Y1GZ � CONSTRUCTION OF OTHER WAREHOUSE BUILDINGS � Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. 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. Anticipated solicitation issuance date is on or about 11 March 2022, and the estimated proposal due date will be on or about 11 April 2022. The official Synopsis citing the solicitation number will be issued via SAM.GOV website at https://sam.gov and inviting firms 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: Firm's name, address, point of contact, phone number, and e-mail address. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. 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, and dollar value of the project - provide at least three examples. Firm's Size: Large, small business category and business size, (SB, 8A, HUBZone, SDVOSB, and WOSB) Firm's Joint Venture information if applicable - existing and potential. 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 11:00 a.m. CST, Tuesday., 21 December 2021 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: Markeith Berry, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: Markeith.Berry@usace.army.mil Nicholas Johnston, Contracting Officer Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: nicholas.i.johnston@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3ed1310764404e52a1f8912e6a0b4131/view)
- Place of Performance
- Address: JBSA Randolph, TX 78150, USA
- Zip Code: 78150
- Country: USA
- Zip Code: 78150
- Record
- SN06195359-F 20211211/211210201447 (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 |