SOURCES SOUGHT
Y -- Air Traffic Control Tower and Base Building at JBLM, WA PN 76776
- Notice Date
- 10/16/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-15-R-0004
- Response Due
- 10/24/2014
- Archive Date
- 12/15/2014
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR THE US ARMY CORPS OF ENGINEERS, SEATTLE DISTRICT. This notice is for information purposes only and IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, OR a SYNOPSIS OF a PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. IT IS A REQUEST FOR CAPABILITY STATEMENTS FROM BUSINESSES CONCERNING THE AVAILABILITY OF SERVICES THAT SATISFY THE REQUIREMENTS DESCRIBED BELOW. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. NO SOLICITATION IS CURRENTLY AVAILABLE. The US Army Corps of Engineers, Seattle District is seeking contractors that can perform construction of an Air Traffic Control Tower (ATCT) at Gray's Army Airfield, JBLM in the state of Washington. The new ATCT and supporting facilities include site development, lighting, paving, parking, sidewalks, curbs, gutters, storm drainage, sanitary sewer, water, landscaping and signage. The construction costs of any resulting project solicitation will be subject to the disclosure of the magnitude of construction project, Department of Defense Federal Acquisition Regulation (DFAR) 236.204, between $10,000,000 and $25,000,000. The completion period is not to exceed 730 calendar days after NTP. The project falls under NAICS Code 236220, Commercial and Institutional Building Construction, for Airport building construction which has a Small Business (SB) Size Standard of $36.5 Million, and the Federal Service Code of Y1JZ is assigned. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include Large Businesses, as well as the Small Business Community; Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zones (HUBZones). The Government must determine whether there is adequate competition among the potential pool of responsible contractors. The Small Business Community is highly encouraged to respond. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. The Contract Award for any project solicited as a result of this Sources Sought will be made to the technically acceptable responsible Offeror submitting the lowest priced offer totaling all line items - Lowest Priced Technically Acceptable (LPTA). The award contemplated as a result of the any solicitation will be a firm-fixed price, construction contract. It will also be the intent of the Government to award off of the initial offers without discussions. THE SEATTLE DISTRICT IS SEEKING CAPABILITIES IN ALL OF THE FOLLOWING SPECIFIC AREAS OF WORK: Construction of Air Traffic Control Tower (ATCT) and Base Building which is fully designed as a Design-Bid-Build (DBB) project. The estimated square footage of the ATCT design is13700 square foot and the maximum occupancy is 20 persons. Facilities will be designed to a minimum life of 50 years and include LEED Silver planning. Demolition: The scope requires demolishing the existing 3,300 total square foot tower because it is within the runway clear zone and is considered an obstacle. Relevant submitted projects must clearly demonstrate the Team's experience with all three (3) of the following construction experience areas: 1)Similar commercial or institutional type buildings: air traffic control towers, flight operations facilities, radar approach control facilities, or any other airfield facility that supports the control of flight operations. 1)Construction projects that includes Deep Pile Foundation. 2)Construction projects with buildings/structures five (5) stories or taller. SUBMISSION REQUIREMENTS: Firm's response to this Sources Sought Notice shall be limited to 8 pages submittal and shall include the following information: 1.Firm's name, address, point of contact, phone number, e-mail address, DUNS number, CAGE code and relevant NAICS codes. 2.Firm's interest in proposing on the solicitation when it is issued. 3.EXPERIENCE: Provide a brief description of similar projects, customer name, and timeliness of the performance, customer satisfaction and dollar value of the project. Submit a minimum of 2, but no more than 5 similar projects/jobs. The projects submitted must demonstrate the experience needs that relate to this requirement and the three specified areas of work indicated above areas of special specific. The descriptions of your firm's past experience submitted must be for projects with greater than 75% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. 4.SIZE OF BUSINESS: Please submit whether your firm is a Large or Small Business Concern (SB). To be considered a SB under NAICS Code: 236220, Commercial and Institutional Building Construction, the firms must meet the requirements to satisfy the SB Size Standard amount of $36.5 Million. If your firm is a SB please give the SB category or categories that are applicable; (Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HUBZones) and Historically Black Colleges and Minority Institutions (HBCU/MI). 5.If you are submitting as a Joint Venture please include the Joint Venture information for all members of the Joint Venture. Information on the experience of all members constituting the Joint Venture must be submitted in item 3.of the Submission Requirements. 6.LARGE BUSINESS FIRMS: Provide the percentage of small business participation (as a percentage of your total estimated proposal value). Responses will be shared with the Government Contracting and the project team responsible for the analysis of the information provided, but otherwise it will be held in strictest confidence. Should you have any questions prior to submission you must contact John Scola at the same email address as you will be submitting your response to this Sources Sought. PLEASE SUBMIT YOUR EMAIL RESPONSE TO CONTRACT SPECIALIST JOHN SCOLA AT: John.P.Scola@usace.army.mil Interested Firms shall respond to this Sources Sought Notice no later than 2:00 P.M. on Pacific Daylight Time on Friday October 24, 2014. All interested firms must be registered in SAM, https://www.sam.gov and remain current for the duration of the contract to be eligible for award of Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-R-0004/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03551734-W 20141018/141016234540-d2691d1398315e2705450320a8ac3d66 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |