Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOURCES SOUGHT

99 -- Air Force Targeting Center, Langley AFB

Notice Date
7/31/2020 6:59:26 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-21-R-2005
 
Response Due
8/5/2020 7:00:00 AM
 
Archive Date
08/20/2020
 
Point of Contact
Natalie Dridge, Phone: 7572017233, Katya Oxley, Phone: 7572017026
 
E-Mail Address
Natalie.Dridge@usace.army.mil, ekaterina.oxley@usace.army.mil
(Natalie.Dridge@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
SOURCES SOUGHT W91236-21-R-2005 Air Force Targeting Center Langley Air Force Base, VA This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice.� The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project.� NO AWARD will be made from this sources sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE: 236220. Project Description: The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking a business capable of constructing a Targeting Facility. The Air Force Targeting Center consists of a 94,800 SF multi-story facility that consists of a multi-story Secure Compartmented Information Facility (SCIF) space, open flexible work space with a large mezzanine, training area, back shop support, and warehouse space. The open floor space will have minimal obstructions and accommodate deep access flooring. This building includes small data centers for both secure and non-secure data lines, Tier 1 electrical system, and a large auditorium that will require secured VCT capabilities. The building sits on a 14.5 acres site that will require new utilities and earthwork to bring the topography above the FEMA flood elevation.� The site work will also require the building and new utilities to avoid the large active underground power lines and sanitary sewer lines.� Storm water management will be challenging as the site must be raised to 10 feet above mean sea level as the project location is in the 100-year flood zone. The anticipated period of performance is 730 days after notice to proceed. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $39.5 million. The order of magnitude for this effort is estimated between $25,000,000.00 and $100,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this source sought. Only interested, capable, qualified and responsive small business contractors with the minimum capabilities (i.e. Refer to Project Description & Description of Experience) are encouraged to reply to this Sources Sought announcement. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts: Interested contractors shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Please submit your cage code and DUNS number. Contractors responding to this sources sought are not required to be a small business. Specify if your business status qualifies as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. 3. Provide a write up of your company�s capability to manage the construction of this magnitude and complexity within six years on past experience and how you would manage the construction of this Air Force Targeting Center consists of a 94,800 SF multi-story facility that consists of a multi-story Secure Compartmented Information Facility (SCIF) space, open flexible work space with a large mezzanine, training area, back shop support, warehouse space, and storm water management.� Indicate the primary nature of your business and capability to execute project professionally. 4. Provide at least three (3) examples of projects similar size/scope described in the project description above, within the past six (6) years. Please demonstrate experience in the type of work at the similar contract value.� In addition, please provide recommendation on what would be a reasonable time (number of years of experience) to assess experience qualification. 5.� If large business is submitting, please provide a statement with an estimate on how much the total contract value (percentage) should be set aside for small business and type of work to be performed. 6.� Firm�s Bonding Capability (construction bonding level per contract expressed in dollars) via letter from bonding company Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists and solicitation requests will not be acknowledged.� USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries.� All questions and correspondence shall be directed via email to Natalie Dridge at natalie.dridge@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Submit response via email to natalie.dridge@usace.army.mil with copy furnished to Ekaterina.Oxley@usace.army.mil with the subject including the Source Sought No. W91236-21- R-2005.� Capability package must be submitted no later than on or before 1:00 PM ET, 5 August 2020.� Limit capability briefing package to 10 pages. Email is the preferred method when receiving responses to this synopsis This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fdbbcd56880d4a9a990af4ed03712e2a/view)
 
Place of Performance
Address: Hampton, VA, USA
Country: USA
 
Record
SN05742207-F 20200802/200731230150 (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  © 1994-2020, Loren Data Corp.