SOURCES SOUGHT
Y -- Support Operations Center - Draft Statement of Work (SOW)
- Notice Date
- 11/17/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ003417R0015
- Archive Date
- 12/20/2016
- Point of Contact
- Ryan D. Moran, Phone: 703-545-1763
- E-Mail Address
-
Ryan.D.Moran5.civ@mail.mil
(Ryan.D.Moran5.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Statement of Work (SOW) SOURCES SOUGHT NOTICE 1. Small Business Sources Sought: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. 2. Requirement: a. Background. The Department of Defense (DoD) in Arlington, Virginia has a requirement to construct a facility for security personnel. This facility requirement has been established by the DoD and will require an indoor firing range, K9 indoor training, K9 kennels, holding cells, evidence rooms, and additional office spaces. The overall mission is to finalize existing design requirements and deliver a design-build project to the Government. b. Purpose and Objectives. The purpose of this sources sought is to help determine the acquisition strategy and to determine interest level amongst small businesses under NAICS Code 236220 that hold a Secret Level Security Clearance. All employees must be US Citizens and eligible to work on a Government facility. c. Project requirements. The project consists of an estimated 35,000 sq ft facility housing an indoor firing range, K9 facilities, holding cells, and evidence rooms. This is a highly specialized design-build project that will require experienced firms to be familiar with Government approval procedures and extensive knowledge of Federal Standards and Code. d. NAICS Code. 236220 - Commercial and Institutional Building Construction. e. Anticipated Completion Duration. Estimated at 820 calendar days. f. Estimated Magnitude of Construction. It is estimated that the magnitude of construction will be between $10,000,000 and $25,000,000. g. Bid Bonds. A bid bond (SF24) will be required for this project in the amount of 20% of the bid price or $3,000,000, whichever is less and will need to be submitted in response to any potential RFP. h. Anticipated Award Date. Anticipated award for this contract is May 2017. i. Other important considerations. Contractors with experience in the following areas will be needed to complete this project:  Firing Range  SCIF Accreditation  Anti-Terrorism/Force Protection (AT/FP) measures (Passive Barriers, K12 Bollards, Knee Walls and Ballistic Resistant NIJ Level III Windows, Doors and Hardware)  Security Fencing and Entrance Gates  Dog Kennel  Ballistic resistant doors and windows  Prior experience at the Pentagon Reservation  Gate house/Police Booth  Detention Facility  Electronic Security System (card readers, intrusion detection system, CCTV system, etc.)  Street Lighting/Security Lighting  HVAC System (includes Dog Kennel) and Commissioning  Armory  Hazardous material/contaminated soil  Land Development/Green Space/ Drainage system  Permeable pavement to include permeable pavers or permeable asphalt (not permeable concrete)  Green Roof  Demolition j. Capability statement /information sought. If interested please submit a capability statement demonstrating your capacity to complete the requirement outlined above to Ryan.D.Moran5.civ@mail.mil no later than (NLT) December 5th at 1 PM EST. The Capability Statement shall meet the following criteria: i. On page one (1) of the Capability Statement, begin by providing your company information as follows: Company name, address, phone number, CAGE code, DUNS number and point of contact (name, phone and e-mail). Also include your company and business size status. ii. Capability Statement must be in Microsoft Word, Microsoft Excel or Adobe PDF format, single spaced, 11 point font (excluding charts and graphics) and the entire document shall not to exceed 10 pages in length to include all attachments, charts, etc. iii. Capability Statement must include but is not limited to (a) staff expertise, including their availability, experience,formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; (f) Level of security clearance currently held. iv. Capability Statement must clearly identify whether your company is a small business; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged business. k. Questions regarding the Capability statement /information sought. Questions regarding the requirement or sources sought should be forwarded above to Ryan.D.Moran5.civ@mail.mil no later than (NLT) December 5th at 1 PM EST. 3. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ003417R0015/listing.html)
- Place of Performance
- Address: Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN04330641-W 20161119/161117234141-c253987e6edde13f0ba9aa24ca52c120 (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 |