Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2020 SAM #6905
SOURCES SOUGHT

Y -- Construction of LeMay Gate at Whiteman AFB

Notice Date
10/23/2020 3:12:52 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ21R4001
 
Response Due
11/4/2020 11:00:00 AM
 
Archive Date
11/19/2020
 
Point of Contact
Carol W. Hodges, Phone: 8163893732, Teresa Cabanting, Phone: 8163892399
 
E-Mail Address
carol.w.hodges@usace.army.mil, teresa.m.cabanting@usace.army.mil
(carol.w.hodges@usace.army.mil, teresa.m.cabanting@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Army Corps of Engineers (USACE), Kansas City District (NWK) intends to solicit and award a contract to prepare design documents and perform construction work on LeMay Gate located at Whiteman Air Force Base (WAFB), MO. The Government proposes to issue a Firm Fixed Price (FFP), Design-Build (D-B), construction type contract award for this project. THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS. The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities and qualifications of Small Business firms to perform an FFP D-B construction type requirement to determine if there is adequate competition to compete and successfully perform. The scope of this FFP D-B construction type requirement is to design and construct the Entry Control Facility and associated site work for the Commercial Entrance to WAFB.� This project will entail concrete and asphalt paving, new Identification Check facility with covered lane, passive barrier system approved by Department of Defense (DoD) for this application.� Work will be located at WAFB, MO. ACQUISITION STRATEGY The Government anticipates a one-year FFP type contract for this project. The requirement will consist of all aspects of design and construction of the new entrance control facility. �The period of performance shall be complete within one year of contract award. The magnitude of this project is between $5,000,000 and $10,000,000. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include, but are not limited to, Commercial and Institutional Building Construction 236220, Small Business Size Standard $39.5M. You are invited to respond to this Sources Sought Notification, with your response, include the following information: COVER LETTER: Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; Company Website Company size (Small or Large), in accordance with the NAICS code 236220. If a Small Business, specify if your company is any of the following: (a) Service- Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business. Assertion of Contractors interest in bidding on the solicitation when it is issued. SOURCES SOUGHT QUESTIONS: Prior Experience. Prior experience with construction of projects that have similar scope and magnitude. Provide examples with summaries of past performance on a minimum of (3) three projects designing and constructing major renovations to historic military barracks within the last ten years by including as much of the following information as possible: � Dollar amount of the contract; Design-Build construction experience; Large commercial installation facilities to include utilities, site improvements, pavements, communications infrastructure, security and other supporting work; Brief description of the technical requirements of that project; Description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor; Indication of how long the services took to complete from start to finish; Name, address, point of contact and phone number of customer organization for which the work was done. � Contractor may submit examples of work done by a subcontractor, if that subcontractor intends to enter into a letter of commitment with the contractor. Joint Venture information, if applicable - existing and potential. � Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars. � The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives. Please respond on or before, Wednesday, November 4, 2020 by 1:00 p.m. Central Standard Time, with response limited to five pages to include a Cover Letter. Send your response via E-mail to Carol Hodges at carol.w.hodges@usace.army.mil �via email and copy furnish Teresa Cabanting at teresa.m.cabanting@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7e069247ec764a27af8212e53e1885c8/view)
 
Place of Performance
Address: Whiteman AFB, MO 65305, USA
Zip Code: 65305
Country: USA
 
Record
SN05837298-F 20201025/201023230149 (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.