Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
MODIFICATION

Y -- Cyberspace Test Group Facility, Eglin AFB, FL

Notice Date
2/24/2020 9:34:01 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820R0057
 
Response Due
3/10/2020 12:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Kelly A. Hallstrom, Phone: 2516943872, Kyle M. Rodgers, Phone: 2516903356
 
E-Mail Address
kelly.a.hallstrom@usace.army.mil, kyle.m.rodgers@usace.army.mil
(kelly.a.hallstrom@usace.army.mil, kyle.m.rodgers@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer in Eglin AFB, Florida. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small and Large Business firms interested in a prospective procurement of construction services in Eglin, Florida. This is a Sources Sought Notice, NOT a solicitation announcement.� Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government.� Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.� The U.S. Army Corps of Engineers, Mobile District, anticipates constructing a new CYBERSPACE TEST GROUP FACILITY, Eglin AFB, Florida. The 4,833 SM (52,003 SF) multi-story facility consists of a multi-level sensitive compartmented information facility (SCIF) of utilizing conventional design and construction methods to accommodate the mission of the facility. Facility is planned to consist of a concrete foundation, split-faced concrete block over a steel frame and sloped standing seam metal roof but shall meet the full requirements of this scope of work. Project will include fire suppression systems, all utilities, pavements, communications, site improvements, and associated support facilities to provide a complete and useable facility. The facility design will also feature sustainable design, IDS/ACS, sound attenuation/masking, AT/FP, and fire protection requirements. The prospective procurement will involve awarding a construction contract in the range of $36-$40 million.�� Additionally, the project must be completed within 24 months after the Notice-to-Proceed is issued.� Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $39.5 million. Responses should include the following information and shall not exceed a total of eight pages:� 1. Offeror�s name, address, points of contact with telephone numbers and e-mail addresses.� 2.� Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.� 3.� Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.� 4. �Provide CPARS, PPQs, or other means to describe capability to perform projects similar to that listed above. The projects should be of similar scope and magnitude and should have been completed within the last eight years. If other than a CPARS or PPQ is provided, it should contain all information normally included in a CPARS/PPQ (project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror�s role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED.� ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address:� kelly.a.hallstrom@usace.army.mil and kyle.m.rodgers@usace.army.mil.. ��The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than March 10, 2020.� Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f0e0b277aff24d45af03a61a396617e7/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05570240-F 20200226/200224230137 (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.