Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOURCES SOUGHT

Y -- Tactical Equipment Maintenance Complex, Fort Hood, TX

Notice Date
11/27/2017
 
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, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G18R1986
 
Archive Date
12/27/2017
 
Point of Contact
Kristi Likes, , John H Rodgers, Phone: 877-866-1048
 
E-Mail Address
Kristi.L.Likes@usace.army.mil, john.h.rodgers@usace.army.mil
(Kristi.L.Likes@usace.army.mil, john.h.rodgers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Construct Tactical Equipment Maintenance Complex at Fort Hood, TX W9126G18R1986 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. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project to construct a Tactical Equipment Maintenance Shop at Fort Hood, TX. The proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and businesses are highly encouraged to participate. Statement of Work: The Government is seeking qualified, experienced sources capable to construct a Tactical Equipment Maintenance Complex at Fort Hood, Texas; to include a large Tactical Equipment Maintenance Facility, tactical organizational equipment parking with power/data connections, organizational storage, petroleum and hazardous material storage, an unmanned aerial vehicle storage building, Distribution Company storage building, special foundations, communications and cyber security measures. Intrusion Detection System (IDS), building information systems, fire protection and connection to Energy Management Control System (EMCS) is included. Supporting facilities include site development, utilities and connections-(electric, water, waste water, gas), storm drain system, paving, parking lots, sidewalks, curbs and gutters, site improvements, and landscaping. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive interior and furnishings related design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. In accordance with DFARS Part 236, the construction magnitude is between $25,000,000 - $100,000,000. The Estimated duration of the project is 540 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. The Federal Supply Code (FSC) is Z2FC. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, 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. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. 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. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about 21 MAY 2018, and the estimated proposal due date will be on or about 20 JUN 2018. 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 STATEMENT OF WORK of the subject solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4. Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). 5. Firm's Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 11:00 a.m. CST 12 December 2017 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Kristi Likes, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: kristi.l.likes@usace.army.mil John H. Rodgers, Contracting Officer Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: John.H.Rodgers@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R1986/listing.html)
 
Place of Performance
Address: Fort Hood, Texas, 76544, United States
Zip Code: 76544
 
Record
SN04749028-W 20171129/171127230803-0ca60f691fb8d8f5f3f2f34797365c25 (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  © 1994-2020, Loren Data Corp.