Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOURCES SOUGHT

99 -- Market Survey for DBB at Dover Air Force Base

Notice Date
7/2/2025 8:36:19 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-25-DoverAFB
 
Response Due
7/14/2025 12:00:00 PM
 
Archive Date
07/29/2025
 
Point of Contact
Laura PHILLIPS-PAYNE
 
E-Mail Address
laura.phillips-payne@usace.army.mil
(laura.phillips-payne@usace.army.mil)
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. Project Location: Dover Air Force Base, DE Project Description: This Design-Bid-Build project includes the construction of a two-story 3,069 square meter (SM) facility located at Dover AFB, Delaware to include all required supporting utilities, pavements/parking lot, site improvements, and communications. The construction scope will include coordinated construction of the new Operations Group Facility and the demolition of the existing facility (2,305 SM), along with underground utilities as required to support both facilities through completion of the project. A properly configured facility is required to support training, administration, operations, and storage requirements for base operations. This facility will be adequately sized and designed to support command and support sections and using Squadrons. Demolition will include the removal and disposal of all related hazardous materials. Structure will comply with base architectural compatibility standards. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements, installation architectural standards, and local building codes. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01. Air Conditioning: 40 Tons. All testing, balancing, and commissioning shall be completed. This project will also include a Comprehensive Interior Design (CID) package, to include the Structural Interior Design and Furniture. The construction of this project will require project phasing and coordination with Government stakeholders. The existing facility must remain in operation during construction. It should be considered that the existing facility is in proximity (approximately 20-feet in location), from the proposed new facility. The project phasing will include construction of the new facility, then relocation of personnel to the new facility, then demolition of the existing facility. Contract duration is estimated at 810 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via email by Monday, July 14, 2025, by 3:00 PM Eastern Standard Time. If interested in subcontracting opportunities rather than performing as the prime contractor on this future procurement, please identify the feature(s) of work you are interested in and your small business socio-economic category. Complete Item 4 below for the feature(s) of work you are interested. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI) and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Provide descriptions of your firm�s past experience with no more than three (3) projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including at least 15% self-performance of the construction. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Projects similar in Scope to this project include: New construction projects of Administrative Facilities and/or Office Complexes. Projects similar in size to this project include: Major construction projects of approximately 2,323 SM (25,000 SF) or greater. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Whether the project was design build or design/bid/build Identify the number of subcontractors by construction trade utilized for each project. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/a2WN2xH8iR or via the QR Code provided as an attachment in SAM.gov. Questions can be emailed to Laura Phillips-Payne at Laura.Phillips-Payne@usace.army.mil NLT 09 July 2025. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de88ef697def4745b431937e0551a907/view)
 
Place of Performance
Address: Dover AFB, DE, USA
Country: USA
 
Record
SN07498116-F 20250704/250702230050 (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.