SOURCES SOUGHT
Y -- Final Denial Barriers South Gate - Patrick SFB, FL
- Notice Date
- 2/5/2024 2:50:50 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127824R0026
- Response Due
- 2/20/2024 12:00:00 PM
- Archive Date
- 09/30/2024
- Point of Contact
- Leigh Dedrick, Kyle Rodgers
- E-Mail Address
-
leigh.a.dedrick@usace.army.mil, Kyle.M.Rodgers@usace.army.mil
(leigh.a.dedrick@usace.army.mil, Kyle.M.Rodgers@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Patrick Space Force Base, FL. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Patrick SFB, FL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing an Anti-Terrorism/Force Protection compliant Entry Control Facility. This project will enhance the infrastructure at the South Entry Control Facility at Patrick Space Force Base to meet required Anti-Terrorism/Force Protection standards and Unified Facilities Criteria 4-022-01. Work includes installation of an active/passive physical barrier system equipped with final denial configurations which are compliant with Unified Facilities Criteria 4-022-02. The project will construct final denial barriers along Patrick Drive and at the entrance to Recreation Road. The Patrick Drive Road network will be reconfigured to alleviate vehicle traffic and reduce speed to achieve a 9-second reaction time for an attendant to identify an adversary and deploy the final denial barriers. Road reconfigurations will provide additional queuing space and speed reduction in the ""Approach Zone"" leading up to the access control point and will reduce vehicle queuing on Patrick Drive. Include curbs or cable barriers to serve as containment for vehicles on Patrick Drive before the final denial barriers are reached. The project will construct a designated area to conduct vehicle inspections, as well as a turn-around lane that can accommodate trucks and other large commercial vehicles. The project will include installation of new perimeter walls and security fencing around the new entry control facility to fill any voids left by the reconfiguration of the road network. The project will construct an Access Control Facility position to withstand small arms fire and hurricane force winds. Also included in the project is installation of new street lighting, utilities, and any other infrastructure items necessary for a complete and usable entry control facility in accordance with Unified Facilities Criteria 4-022-01. This project does not fall within or partly within the 100-year flood plain. The facility is sited in accordance with the installation Development Plan and is within a compatible land use area. This is not a tenant or supported service requirement. The prospective procurement will involve awarding a construction contract in the range of $10-$25 million. Additionally, the project must be completed within 400 days after the Notice-to-Proceed is issued. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 237310 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: leigh.a.dedrick@usace.army.mil and kyle.m.rodgers@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than February 20, 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/413cf4c891a14dcb9d30812c065f4398/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06955552-F 20240207/240205230044 (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 |