SOURCES SOUGHT
Y -- Training Support Facility, Fort Sill, OK
- Notice Date
- 4/13/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-16-R-TBD1
- Archive Date
- 5/13/2016
- Point of Contact
- Leonard E. Buhrow, Phone: 9186697277, Brian Hutchison, Phone: 9186697426
- E-Mail Address
-
Leonard.E.Buhrow@usace.army.mil, brian.c.hutchison@usace.army.mil
(Leonard.E.Buhrow@usace.army.mil, brian.c.hutchison@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS For Training Support Facility, Fort Sill 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 Training Support Facility at Fort Sill, Ok. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The type of set-aside decision(s) 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 Training Support Facility. Primary facilities include open high-bay vehicle storage space, offices, classrooms, latrines, arms room, consolidated entry and reception area, antiterrorism measures, Energy Monitor and Control Systems (EMCS) connection, Intrusion Detection System (IDS) installation, and building information systems. Sustainable/Energy Measures will be provided. Special foundations are required. Supporting facilities include electrical, gas, water and sewer, communication, exterior lighting, storm drainage, fire protection, walks, curbs and gutters, parking, site improvements and information systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for persons with disabilities will be provided. Building information systems for this facility are unique in nature and are not included in the unit cost of the building. Air Conditioning (Estimated 175 Tons). In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000 Estimated duration of the project is 400 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36. 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. Anticipated solicitation issuance date is on or about October 2016, and the estimated proposal due date will be on or about December 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. 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. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. 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 2:00 pm CST April 28, 2016. All interested firms must be registered in SAM https://www.sam.gov to be eligible for award of Government contracts. Email your response to Leonard.E.Buhrow@usace.army.mil and Brian.C.Hutchison@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-16-R-TBD1/listing.html)
- Place of Performance
- Address: Ft Sill, OK, Lawton, Oklahoma, United States
- Record
- SN04082404-W 20160415/160413234159-802b848c5109b1d34996fb99e4ba27b3 (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 |