Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

Y -- Altus B213

Notice Date
10/16/2020 6:20:38 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV21R0007
 
Response Due
11/2/2020 12:00:00 PM
 
Archive Date
11/17/2020
 
Point of Contact
jason floyd, Phone: 9186697022, Julie S. Hill, Phone: 9186697699
 
E-Mail Address
jason.l.floyd@usace.army.mil, julie.s.hill@usace.army.mil
(jason.l.floyd@usace.army.mil, julie.s.hill@usace.army.mil)
 
Description
���������������������������������������������������������������������������� SOURCES SOUGHT SYNOPSIS ������������������������������������������������������������������������������������������������ For �������������������������������������������������� Renovate BLDG 213 - Tech Training Dorm, Altus AFB, OK 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.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a Dorm Renovation Project.� Proposed project will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using trade-off process. 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, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the renovation of Building 213 at Altus AFB, OK to upgrade facility systems of the Technical Training Student Dorm into a functional, up-to-date facility to house an average of 110 enlisted aviators. The renovation consists of the replacement of 33,241 SF of steep slope standing seam metal roof, the replacement of all domestic and waste piping, and the replacement of hot water heaters. Furthermore, the Heating, Ventilation, and Air-Conditioning (HVAC) system will be converted from a 2-pipe to a 4-pipe system. In accordance with the 50% Fire Protection Rule, the project will replace the fire alarms, horns, detectors and pull stations, along with adding fire suppression and mass notification. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1- 200-02. This includes preparation of a life-cycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01, which will include updates to the HVAC system and windows as required. In accordance with the 50% Seismic Rule, the project will follow the guidelines for seismic evaluation and any required compliance measures found in Unified Facilities Criteria 3-301-01 and National Institute of Standards and Technology Grant/Contract Report 11-917-12 - Interagency Committee on Seismic Safety in Construction Recommended Practice 8. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $10,000,000 and $25,000,000. Estimated duration of the project is 540 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5M. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to 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. Anticipated solicitation issuance date is on or about 21 December 2020, and the estimated proposal due date will be on or about 20 January 2021.� The official synopsis citing solicitation number W912BV21R0007 will be issued under contracting opportunities on www.beta.sam.gov, 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 5 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 the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): ����������� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 2 November 2020.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Mail, fax or email your response to the Contract Specialist, CPT Jason Floyd, Tulsa District, U.S. Army Corps of Engineers, 2488 E 81st Street, Tulsa, OK 74137 or fax 918-669-7436 or��jason.l.floyd@usace.army.mil.� Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c961522ee65f41d090931d894370c21f/view)
 
Place of Performance
Address: Altus AFB, OK, USA
Country: USA
 
Record
SN05829904-F 20201018/201016230137 (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.