SOURCES SOUGHT
Y -- Tactical Response Force Alert Facility and Missile Maintenance Dispatch Facility
- Notice Date
- 7/7/2017
- 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, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-17-R-TRFMMDF
- Archive Date
- 8/8/2017
- 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
- US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: " Tactical Response Force Alert Facility & Missile Maintenance Dispatch Facility." Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be in the range of $25,000,000 to $100,000,000. 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: The requirements is to construct a 3,839 square meter (SM) (41,312 square feet) for a Tactical Response Alert Force Facility (TRFAF) with an 809 square meter (SM) space for a flight simulator at Malmstrom AFB, MT. Supporting facilities include pavements, utilities, and site improvements. The purpose of the newly constructed TRFAF is to provide an adequately sized and configured facility that will co-locate squadron operations facility and the sleeping quarters of the alert crew with aircraft to minimize crew response times for 24-hour a day/7-days per week/365 days per year readiness. The facility will support planning, briefing, administration, alert response, life support, maintenance, and crew equipment storage and issue tasks. The second project is to construct a 43,562 square feet Missile Maintenance Dispatch Facility (MMDF). The new Helicopter (Helo)/TRF beddown program is displacing the Missile Maintenance Dispatch facility from Building 1440. The new Missile Maintenance Dispatch Facility will provide office space for managing/planning maintenance activity, storage for thousands of components/equipment for missile field, shop space for component repair/testing, and keep vehicles out of the weather, and prolong resource lifespan of vehicle. The facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. Note: The two facilities will be constructed on adjoining/contiguous sites. 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. Three (3) to five (5) examples of past projects as the Prime Contractor. 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: • Demonstrated experience with construction of facilities with Seismic Risk Category II and IV designation. • Demonstrated experience with construction of facilities in remote areas. • Demonstrated experience with construction of emergency power generation systems. • 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. • Demonstrated experience with construction of facilities with drilled pier and grade beam supported foundations. • CAGE code and DUNS number of your firm. • Firm's Joint Venture Information, if applicable. • Bonding Information: 1. Provide the following, on the Bonding Company's letterhead: • 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 24 July 2017. Submit responses to the attention of John Scola, Contracting Officer by email, 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-R-TRFMMDF/listing.html)
- Place of Performance
- Address: Malmstrom Air Force Base, Montana, United States
- Record
- SN04571222-W 20170709/170707235412-4a2bba4eab4c5494568cff5b9f72d720 (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 |