Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

Y -- Construct Airmen Training Complex Dormitory (ATC) #7 and Dining/Classroom Facility (DCF) #4

Notice Date
7/11/2018
 
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
W9126G18R0207
 
Archive Date
8/11/2018
 
Point of Contact
Vernon N. Valigura, Phone: 8178861022, Patricia A. Jackson, Phone: 8178861054
 
E-Mail Address
vernon.valigura@usace.army.mil, patricia.a.jackson3@usace.army.mil
(vernon.valigura@usace.army.mil, patricia.a.jackson3@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 a design-bid-build (DBB), full and open competition contract for construction which includes the seventh of eight dormitories and the fourth of four dining/classroom facilities. This project provides for the construction of a 1,248 person basic military training (BMT) dormitory and a dining/classroom facility that supports two BMT dormitories. The dormitory is approximately 280,550 GSF, four stories, reinforced concrete structure, single elevator, clad with pre-cast concrete panels and provided with a standing seam metal roof. Supporting facilities include a free standing Equipment Building to house the mechanical equipment and a Weapons Cleaning Pavilion, running track, exercise pads, parking lots, AT/FP low security wall with integrated street lights and landscaping/irrigation. The dining/classroom facility is approximately 106,537 GSF, three stories with the first floor consisting of a full service commercial kitchen, dining area, support spaces, the second and third floors consist of eight 120-person classrooms with stadium seating each with supporting spaces per floor. The dining/classroom facility is to include structural steel frame on a pre-cast first floor, single elevator, clad with pre-cast concrete panels and be provided with a standing seam metal roof. Supporting facilities include parking lots, AT/FP low security wall, loading dock and landscaping/irrigation. Special foundations to support this new dormitory and dining/classroom facility will be required. Both the dormitory and dining/classroom facility will include building information system, intrusion detection system, energy monitoring and control system, fire/smoke detection and alarm system and connections to installation central systems. Supporting facilities include water, sewer, gas, and electric utilities, exterior communications, site drainage and final grading. Access for individuals with disabilities will be provided.. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry. This announcement is open to all businesses regardless of size 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, Small Disadvantaged, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. DFARS 236.204 Disclosure of the magnitude of construction project (ii) Between $100,000,000 and $250,000,000. The Estimated duration of the project is 900 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 Y1JZ. 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. 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. The solicitation issuance date has yet to be determined as this Sources Sought is for market research only. 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 6 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 six years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project(s). 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 27 July 2018 at 10:00:00 a.m. CST 2018 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: Primary Point of Contact: Vernon Valigura Contract Specialist Vernon.Valigura@usace.army.mil (817) 886-1022 Secondary Point of Contact: Patricia A. Jackson Contracting Officer Patricia.A.Jackson3@usace.army.mil (817) 886-1054
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0207/listing.html)
 
Place of Performance
Address: Joint Base San Antonio, Lackland Air Force Base, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN04986391-W 20180713/180711230805-e7fe72d8bdeb47dc5af0e571bb6020a0 (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.