Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2023 SAM #7716
SOURCES SOUGHT

Z -- Building 3707 Renovations, Fort Sill, OK

Notice Date
1/10/2023 1:33:55 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV-23-X-0T8X
 
Response Due
1/24/2023 12:00:00 PM
 
Point of Contact
Daniel K Jernigan, Phone: 9186697483, Julie S. Hill, Contracting Officer, Phone: 9186697699
 
E-Mail Address
daniel.k.jernigan@usace.army.mil, julie.s.hill@usace.army.mil
(daniel.k.jernigan@usace.army.mil, julie.s.hill@usace.army.mil)
 
Description
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.� 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 be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a contract for the construction of a design-build renovation project that is located at Building 3707 at Fort Sill, Oklahoma.� The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. 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, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), 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 businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: The renovation of Building 3707 will utilize the two-phase design-build delivery method to support the Army�s vision for home station housing for Junior Enlisted and Junior Non-commissioned Officers without dependents. The goal of this project is to provide Army unaccompanied housing with building features that enhance resilience, readiness, quality of life, and behavioral and social health to encourage socialization. The project features the design and construction for renovations necessary to update Building 3707 to meet Army standards for Permanent Party Unaccompanied Housing for Junior Enlisted and Junior Non-Commissioned Officers. The project will comply with Department of Defense Antiterrorism/Force Protection requirements per Unified Facilities Criteria 4-010-01.�� Building 3707 was constructed around 1999 and is approximately 17,250 gross square feet in size.� This project includes the replacement of all building systems including HVAC systems, heating boilers and domestic hot water boiler, hot water storage, plumbing, exhausts, fire alarm, and building control systems. The electrical and lighting systems shall be analyzed for upgrade and replacement. The renovated barracks shall be brought up to UFC standards to include but not limited to fire sprinklers, energy monitoring, and mass notification. Minimum ATFP standards shall be applied. Tasks also include providing a mass notification system conforming to UFC 4-010-01 and UFC 4-021-01 for the purpose of providing real-time announcements in the immediate vicinity of the building during emergency situations. Interior finishes to include, ceilings, flooring, painting, and associated work to provide complete refurbished interior finishes shall be replaced. Exterior renovations shall include existing exterior painted surfaces to include railings on walks and stairs. In accordance with DFARS 236.204, the estimated magnitude of construction for this project is between $10,000,000 and $25,000,000. Estimated duration of the construction phase of this project is 400 calendar days. The North American Industry Classification System code for this procurement is 236220, which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a 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. Anticipated solicitation issuance date for Phase 1 is March 2023 and the estimated proposal due date will April 2023.� The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms� responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address and business CAGE Code. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity. Include firm�s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 24 January 2023. All interested firms must be registered in SAM to be eligible for award of government contracts.� Mail, fax or email your response to MAJ Daniel K. Jernigan, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: daniel.k.jernigan@usace.army.mil. Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c48ba82177a6449c8fc3dd190e699b79/view)
 
Place of Performance
Address: Fort Sill, OK 73503, USA
Zip Code: 73503
Country: USA
 
Record
SN06561027-F 20230112/230110230112 (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.