SOURCES SOUGHT
Y -- Level I Regional Confinement Facility - Sheppard AFB
- Notice Date
- 12/20/2023 2:44:52 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV24XBW02
- Response Due
- 1/19/2024 12:00:00 PM
- Archive Date
- 02/03/2024
- Point of Contact
- Brian Welch, Phone: 9186697652, Gene Snyman, Phone: 9186697010
- E-Mail Address
-
brian.j.welch@usace.army.mil, gene.snyman@usace.army.mil
(brian.j.welch@usace.army.mil, gene.snyman@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For LEVEL I REGIONAL CONFINEMENT FACILITY, SHEPPARD AFB, 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.� 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 District has been tasked to solicit for and award a Level-1 Confinement Facility at Sheppard AFB, TX.� Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using the�Best Value� 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 business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing construction of a Level 1 confinement facility with 8 cells for individual confinement of offenders.� Facility will consist of masonry cavity wall construction with metal roof and slab-on-grade foundation.� Spaces include administrative area, visitation/training room, waiting area, a day room, and outdoor recreation area.� Site improvements include security fencing, area lighting, parking, and sidewalks.� Project includes all utilities, detection/protection features, security enhancements, and other supporting work necessary to make a complete and useable facility.� Facilities will be permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01 and sustainable principles will be integrated into construction of the project in accordance with Unified Facility Criteria 1-200-02.� This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. The base bid shall have a 6-bed configuration with 4 cells + 2 segregation cells totaling 6 cells.� Construction of an additional 2 cells, for a total of 8 cells overall will be an option to the contract. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is $5,000,000 and $10,000,000. Estimated duration of the project is 540 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45M.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. 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 12 March 2024 and the estimated proposal due date will be on or about 19 April 2024.� The official synopsis citing the solicitation number will be issued on http://sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Firm�s response 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, and e-mail address. 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: ��������� 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. 5.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 19 January 2024.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Email your response to Email your response to brian.j.welch@usace.army.mil and gene.snyman@usace.army.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b9b38647e314c6082f3ef6e18a73749/view)
- Place of Performance
- Address: Sheppard AFB, TX 76311, USA
- Zip Code: 76311
- Country: USA
- Zip Code: 76311
- Record
- SN06918982-F 20231222/231220230049 (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 |