Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOURCES SOUGHT

99 -- USSOUTHCOM Housing Area Development

Notice Date
12/20/2019 10:51:47 AM
 
Notice Type
Sources Sought
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
Contracting Office
0410 AQ HQ CONTRACT DORAL FL 33172-1202 USA
 
ZIP Code
33172-1202
 
Solicitation Number
PAN41020P0000000302
 
Response Due
1/10/2020 9:00:00 AM
 
Archive Date
01/25/2020
 
Point of Contact
Catherine P. Richardson, Phone: 3054371763, Lian Pino, Phone: 3054372662
 
E-Mail Address
catherine.p.richardson.civ@mail.mil, lian.pino.civ@mail.mil
(catherine.p.richardson.civ@mail.mil, lian.pino.civ@mail.mil)
 
Description
NOTE: This Sources Sought Notice requests interested contractors to provide concept designs/plans for Military Housing.� THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL.� THIS IS FOR MARKET RESEARCH PURPOSES ONLY. INTRODUCTION U.S. Army Garrison-Miami (USAG-Miami) is in Doral, Florida in Miami-Dade County, approximately three (3) miles west of Miami International Airport. The tenants of USAG-Miami in Doral are United States Southern Command (USSOUTHCOM), Marine Forces, South, (MARFOR South) and Special Operations Command South (SOCSOUTH) in Homestead, Florida. Jointly to be referred as USSOUTHCOM Approximately 75 percent of the USSOUTHCOM military population works in Doral, Florida. There is no military housing on the USSOUTHCOM cantonment. This creates significant financial, security, and quality of life issues for service members; therefore, adversely affecting mission readiness. PLACE OF PERFORMANCE Location 0% On-Site Government 100% Off-Site Contractor USSOUTHCOM 9301 NW 33rd street, Doral, FL 33172 DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE�GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� PROJECT BACKGROUND: US Southern Command and US Army Garrison are developing courses of action to provide housing in the Miami/Doral area for service members assigned to US Southern Command. There is no military housing on the USAG-Miami/Doral cantonment and no space within the cantonment to construct military housing. The absence of housing on the installation presents a mission sustainment problem because it results in personnel being scattered across the city and local counties. In the event of an emergency, mission essential personnel may be unable to reach the SOUTHCOM�s facility for mission requirements and operations due of road closures and traffic. Based on a 2018 Housing Market Analysis, by 2023, USAG Miami will be short 318 homes (172 Family Housing Units and 146 Unaccompanied Housing Units). In accordance with current Army guidance, this action would construct enough units to address 90 percent of the Family Housing shortfall of 155 units and approximately 95 percent of the Unaccompanied Housing shortfall of 140 units. Objective: Provide service members a secure community of 155 family housing units and 140 Unaccompanied Housing units within a 20-mile commute of SOUTHCOM to minimize potential mission interruption, improve security, increase affordability, and provide cohesion for families and staff. REQUIRED CAPABILITIES: SOUTHCOM is seeking alternatives/suggestions on courses of action (COAs) to meet Family and Unaccompanied Service member housing requirements. A potential site has been identified on a federally owned 160 acre parcel of land adjacent to SOUTHCOM. Other COAs will be developed/analyzed on real/leased property within a 20 mile commute distance. SOUTHCOM is seeking a capabilities statement from the companies/corporations that outlines the contractor�s potential capacity to perform services to complete the housing project concept development, design and construction. � Interested companies in the sources sought announcement, attend a requirements development meeting where government representatives, contractors and other stakeholders share ideas on how SOUTHCOM can achieve its housing goals. SOUTHCOM POCs will provide details on efforts to this point and possible Courses of Action (COAs). Special emphasis will be placed on creative solutions such as a Public-Private Partnership (P3) housing development as alternatives. � As an optional follow-on task companies/corporations may provide alternatives explaining partnering strategies, land acquisition strategy, capital investments alternatives, funding sources and procurement strategies. � Provide Conceptual Area Development Plan (s). The housing development alternatives should include: 140 Housing Units for Single Service Members 155 Housing Units for Family Service Members to include Senior/General-Flag Officers in accordance with Army standards � Site work, supporting facilities will include: Access Control Points Child Development Center Community/recreation center Pool Exercise facility Guest Parking � Provide Estimated Financial Capital Investment Strategies Financial Options Management Options Terms and Condition � The contractor shall provide input on alternatives/suggestions on courses of action (COAs) for USSOUTHCOM to meet its stated housing objectives. Further details will be provided presented at the Vendor Demonstration on Friday, 24 January 2020 (Time and location will be provided to the contractors selected to attend this event.) Interested contractors shall provide the following information: Contractor�s capacity, size and type of ownership. The contractor shall provide their name, physical address, email address, website, and telephone number. � Provide tailored capability and experience addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, capital and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability. Moreover, companies/corporation should address the administrative and management structure of such arrangements. The Government will evaluate responses to sources sought market information to ascertain potential companies� capacity to: Experience on facilities and services consistent, in scope and scale, with those described in this notice and otherwise anticipated; � Apply full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; � Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting-correspondence, procurement strategy, and tracking performance; hiring and retention of key personnel and risk mitigation; � 4) Provide services under a performance based service acquisition contract. � The intent is for the companies responding to the sources sought announcement is to demonstrate experience and capacity based on the SOUTHCOM�s desired intent and objectives. � � SPECIAL REQUIREMENTS: Not Applicable. ELIGIBILITY The applicable NAICS code for this requirement is 236116 with a Small Business Size Standard of $39,500,000.00. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Due to the project�s scope of complexity and magnitude, interested respondents must demonstrate capability and business size in their capabilities statement. ADDITIONAL INFORMATION At the close of the submission window the Government will review the information provided by the contractors and select up to ten (10) contractors for a site visit to present their company�s approach to a group of USAG-Miami/USSOUTHCOM staff members in person.� ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested companies/corporations are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 11 pitch (Single-spaced). The deadline for response to this request is no later than 9:00 am, EST, 10 January 2020. All responses under this Sources Sought Notice must be e-mailed to Catherine Richardson, catherine.p.richardson.civ@mail.mil. This documentation must address at a minimum the following items: 1) What experience does your companies/corporations have in completing a public�private partnership (PPP, 3P, or P3) arrangement between two or more public and private sectors? Please explain the scope of the project, problems analyzed and recommended solutions. Has your company/corporation orchestrated the process of a housing project or similar development from beginning to end acquiring land, securing funding sources and a contracting mechanism? If so, please provide details. � What experience does your companies/corporations have working in South Florida, and Miami Dade County? Can or has your company/corporation managed a team of subcontractors before? If so, provide details. � What specific technical skills does your company/corporation possess which ensure capability to perform a real estate development or private partnership (PPP, 3P, or P3)? � Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS/CAGE number, etc. � Does your company have experience in developing secure/gated communities in a Miami or a similar urban area? If so, please provide examples and any unique challenges you faced/overcame. � What experience does your company have in developing Area Development Plans that include mixed use and family housing of similar scope to those mentioned in the Special Requirements section? Please provide details. � Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Catherine Richardson, in either Microsoft Word or Portable Document Format (PDF), via email catherine.p.richardson.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. � No phone calls will be accepted. All questions must be submitted to the Contracting Officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. NOTE: This revised Sources Sought Notice requests interested contractors to provide the estimated cost to provide services identified in this Sources Sought.� THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL.� THIS IS FOR MARKET RESEARCH PURPOSES ONLY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bce22176fb054fa7b04ef41d70eb304f/view)
 
Place of Performance
Address: Doral, FL 33172, USA
Zip Code: 33172
Country: USA
 
Record
SN05522881-F 20191222/191220230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.