Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
MODIFICATION

Y -- FY17 Missile Maintenance Dispatch Facility at Malmstrom Air Force Base, MT

Notice Date
5/19/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-SS-MMDF
 
Archive Date
6/13/2017
 
Point of Contact
JOHN SCOLA,
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL
(JOHN.P.SCOLA@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
FY17 Missile Maintenance Dispatch Facility at Malmstrom Air Force Base, MT US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: "Missile Maintenance Dispatch Facility at Malmstrom Air Force Base, MT." Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be in the range of $10,000,000 to $25,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 236220, "Commercial and Institutional Building Construction," and the associated small business size standard is $36,500,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. DESCRIPTION OF PROPOSED PROJECT: Construct a new 4,047 square meter (SM) Missile Maintenance Dispatch Facility (MMDF). The MMDF requires indoor space to manage maintenance personnel and maintenance functions as well as stage personnel, equipment and vehicles for dispatch to remote worksites. In addition, space is required to inspect and repair components and equipment to be used/installed at ICBM Launch and Launch Control Facilities. Maintenance teams utilize a fleet of various types of vehicles to repair/maintain/replace these components. Indoor vehicle parking space is required for maximum efficiency in dispatch preparation, regardless of weather, some of which is severe enough to limit outdoor exposure to 15 minute work periods. Indoor vehicle storage is required for standby resources to meet contingencies, especially in winter when vehicles have to meet specific environmental parameters prior to loading mission specific components/equipment. Indoor vehicle parking slows degradation of hoses, seals, wiring, and tires of vehicles that were purpose built for missile maintenance tasks. Controlled exterior mission vehicle parking area is required for parking of mission vehicles not housed within the facility. The parking area must be located adjacent to the MMDF. Adequate circulation around the facility is required to accommodate all mission vehicles. Requirement includes demolition of existing site features [(e.g., existing asphalt pavement (parking lot)], new access points, curb cuts, and utility stub-outs) are incidental to site development. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large Business). 3. Provide examples of past projects (but meet the page limit set forth above) as the Prime or Subprime contractor working on the project. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project. b. Demonstrated experience with construction of facilities with Seismic Risk Category II designation. c. Demonstrated experience with construction of facilities in remote areas. d. Demonstrated experience with construction of emergency power generation systems. e. Demonstrated experience with Building Information Modeling (BIM) with respect to delivery of a final Record BIM, Facility, and CAD Data files reflecting as-built conditions. f. Demonstrated experience with construction of facilities with drilled pier and grade beam supported foundations. 4. CAGE code and DUNS number of your firm. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: Provide the following, on the Bonding Company's letterhead: (1) Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. PLEASE SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 29 May 2017. Submit responses to the attention of John Scola, Contract Specialist by email at John.P.Scola@usace.army.mil. 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-17-SS-MMDF/listing.html)
 
Place of Performance
Address: Malmstrom Air Force Base, Montana, United States
 
Record
SN04515782-W 20170521/170519234859-5d4fce6b2e1c7bffa1f3feaac69eecba (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 |
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.