Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

Y -- New Airfield Operations Building, North Fort Hood, Texas

Notice Date
5/14/2020 12:09:33 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
 
ZIP Code
76544-5025
 
Solicitation Number
NH104169P
 
Response Due
5/21/2020 12:00:00 PM
 
Archive Date
06/05/2020
 
Point of Contact
Mr. Bruce Hayes, Phone: 2542875088, Roy R. Cantrell, Phone: 2542875480
 
E-Mail Address
bruce.e.hayes.civ@mail.mil, roy.r.cantrell2.civ@mail.mil
(bruce.e.hayes.civ@mail.mil, roy.r.cantrell2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 Mission Installation and Contracting Command (MICC) Fort Hood (FH) has been tasked to solicit for and award a construction contract for a New Operations Building located at �Shorthorn Airfield at North Fort Hood, TX.� Proposed project will be a competitive, firm-fixed price, Invitation for Bids (IFB) using FAR 14, �Use of Sealed Bidding�. 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 in the Small Business Community: Veteran Owned Small Business (VOSB), Service-Disable Veteran-Owen Small Business (SDVOSB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business Owner (EDWOSB), Small Disadvantage Business (SDB), Hub Zone Business (HUBZone), 8(a) Program participant, Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors.� All Small Business categories are highly encouraged to participate. The Government is seeking qualified, experienced Small Business sources capable of performing the following project description: The purpose of this project is to construct a New Operations Building for Shorthorn Airfield at North Fort Hood. This project is to demolition existing buildings 57133, 57134, and 57139 (latrine), two existing canvas storage tents, 165 feet of 6' wide concrete sidewalk, water and sewer lines, remove several existing power poles. Provide a new Flight Operations Building size 72 '- 0"" x 52' - 4"", new chain link security fence, concrete sidewalks, stairs and stoops, striping the existing parking spaces, and earth fill to level the new building foundation. All work shall comply with all State, Local and Federal laws and regulations, industry and construction codes and standards, manufacturer�s specifications and recommendations, and all contract special provisions, terms and conditions.� The Contractor shall be responsible for obtaining all required licenses and permits to perform construction work on a Federal installation, be properly bonded and insured in accordance with FAR requirements.� Cost Magnitude: In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. Estimated duration of the project is 120 calendar days. The North American Industry Classification System code for this procurement is 236220 � Commercial and Institutional Building Construction, with a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that 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. 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. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Contractor shall comply with Environmental Standards and Procedures per Federal, State, Local Law, and Fort Hood Regulations. Anticipated solicitation issuance date is July 2020, and the estimated proposal due date in August - September 2020.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities https://beta.sam.gov should the Government proceed with this project. Submission Details/Information Sought by the Government: 1. Company Name and address Cage Code and Duns Number Company Business Size for NAICS code 236220 Small Business Type (s) Point of contact for questions and/or clarifications Telephone number, fax number, email address, and web page URL (if applicable) 2.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute construction, comparable work performed within the past 5 years). Provide a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project � provide at least 2 examples but no more than 3 examples. 3. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Regarding project schedules, are you familiar with Gantt Charts and their purposes? 5. Would you consider work on Fort Hood which includes the Department of Labor Construction Wage Rate requirement statute and the Wage Determination Act Policies and guidelines, formerly known as the Davis Bacon Act? 6. Is your company�s name, cage code, and address currently registered in the System for Award Management (SAM) at https://beta.sam.gov? � This is only the market research phase of this requirement. By no means does this sources sought mean that the Government will enter into an agreement with your agency. The Government is trying to determine if there is an adequate number of small business sources for competition in order to compete this requirement. If you are a small business and you are interested in competing in this requirement please reply to this sources sought information/questions above by 21 May 2020 at 2:00 P.M CST. Please submit your response via e-mail to Mr. Bruce Hayes at bruce.e.hayes.civ@mail.mil and cc Roy Cantrell at roy.r.cantrell2.civ@mail.mil. Reference Number in the Subject Line: W91151-20-B-00xx. This notice is issued solely for information and planning purposes - it does not constitute an Invitation for Bid (IFB) or a promise to issue an IFB in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future IFB, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (Federal Business Opportunities (FedBidOpps) � https://beta.sam.gov). It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1f99db4b27624f6db6bf3d043145af0e/view)
 
Place of Performance
Address: Killeen, TX 76544-5025, USA
Zip Code: 76544-5025
Country: USA
 
Record
SN05658433-F 20200516/200514230200 (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.