SOURCES SOUGHT
Y -- Information Systems Facility Phase II
- Notice Date
- 12/1/2023 12:13:14 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G24R0107
- Response Due
- 12/22/2023 2:00:00 PM
- Archive Date
- 11/30/2026
- Point of Contact
- Vernon N. Valigura, Phone: 8178861634, Matthew Dickson, Phone: 8178861110
- E-Mail Address
-
vernon.valigura2@usace.army.mil, matthew.s.dickson@usace.army.mil
(vernon.valigura2@usace.army.mil, matthew.s.dickson@usace.army.mil)
- Description
- SOURCES SOUGHT� W9126G24R0107� FY24 Johnson ISF Phase II, Fort Johnson, Louisiana � US ARMY CORPS OF ENGINEERS� FORT WORTH DISTRICT� DISCLAIMER� This sources-sought is for informational purposes only. This is not a ""Request for Proposal (RFP)"" to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Quote (RFQ) or Invitation for Bid (IFB) or Request for Proposal (RFP), if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.� INTRODUCTION � The US Army Corps of Engineers, Fort Worth District is issuing this sources sought synopsis as a means of conducting market research to determine if small business firms are available to support the requirement for a Firm Fixed-Price, Design-Bid-Build Construction project for new construction located at Fort Johnson, Louisiana.� Based on the responses to this Sources Sought notice, the Government will assess small business capabilities to satisfy the agency�s requirements and decide if this procurement should be set-aside for small business. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� PLACE OF PERFORMANCE� Fort Johnson, Louisiana � PROGRAM BACKGROUND� The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for an award of a Design-Bid-Build Construction contract for FY24 Johnson ISF Phase II, on Fort Johnson, Louisiana. The proposed project will be a competitive, firm-fixed price procurement. The acquisition strategy decision will be based on the respondent�s capabilities from this source sought and/or other market research methods.� � The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the small business community to determine if there are two or more capable small businesses that can perform the requirements of the scope of work outlined below. The small business community includes Small Business, 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 of capable firms. Small business, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside.� Scope of Work:� In accordance with DFARS 236.204, the magnitude of construction for this project is estimated between $10,000,000 and $25,000,000.� Estimated duration of the project is 730 calendar days. NOTE: The project duration in the actual solicitation could be increased or decreased.� This project is FY24 Johnson ISF Phase II, Fort Johnson, Louisiana is to construct the Phase II supporting facilities for the previously award PH I Information Systems Facility. The Phase II supporting facilities includes Administrative Facility, Organizational Vehicle Parking Lot, Parking Lot Lighting, Covered Storage Building, Extension of Kentucky Avenue, Landscaping, and all associated site work outside the 5-foot line of supporting facilities. � Construction includes backup power, special foundations, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Utility Monitoring Control Systems (UMCS) connection. Supporting facilities include site development, utilities and connections, sidewalks, curbs and gutters, storm drainage, and signage. �� REQUESTED RESPONSE INFORMATION Responses to this synopsis must address at a minimum the following items:� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Include how your company has successfully managed projects of this magnitude and provide specific project details which indicate how the projects are similar in size, scope, and complexity. Also include specific technical skills your company possesses which will ensure capability to perform the project scope.� 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a team of subcontractors before? If so, provide details.� 3) What specific technical skills does your company possess which ensure capability to perform the scope of work? 4) Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures, or teaming arrangement that will be pursued, if any.� 5) Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Provide any additional information your company believes may assist the Government in deciding on whether to set this project aside for small business.� 6) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact Contracting Officer, Mr. Matthew Dickson, at matthew.s.dickson@usace.army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the Point of Contact information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.� Respondents to this notice must also provide a current capability statement and indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.� The North American Industry Classification System code for this procurement is 236220 Commercial and Institutional Building Construction which has a small business size standard of $45M.� The Product Service Code is Y1JZ.� Small Businesses are required to comply with FAR 52.219-14, Limitations on Subcontracting when utilizing subcontractors. Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated.� Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow 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.� Responses to this Synopsis shall be limited to 5 pages and shall include the contractor�s capability statement.� Interested Firms shall respond to this Synopsis no later than 22 Dec 2023, 4PM (central� local time). Email your response to Vernon Valigura at: Vernon.N.Valigura2@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c923b64468f452c9d032da4bca51a43/view)
- Place of Performance
- Address: Fort Johnson, LA 71459, USA
- Zip Code: 71459
- Country: USA
- Zip Code: 71459
- Record
- SN06900774-F 20231203/231201230051 (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 |