Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2020 SAM #6931
SOURCES SOUGHT

Y -- Offutt AFB Flightline Hangar Campus

Notice Date
11/18/2020 1:22:01 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F21SM008
 
Response Due
12/2/2020 12:00:00 PM
 
Archive Date
12/17/2020
 
Point of Contact
Scott Dwyer, Phone: 4029952584, Ann Therese Young, Phone: 4029952667
 
E-Mail Address
Scott.Dwyer@usace.army.mil, ann.t.young@usace.army.mil
(Scott.Dwyer@usace.army.mil, ann.t.young@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.��� General.� This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this announcement is strictly voluntary and will not affect a firm�s ability to submit an offer should a solicitation be issued. There is no solicitation document associated with this announcement; this is not a Request for Proposal (RFP). The requested information is for acquisition purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. This announcement constitutes as a market research tool for the collection and analysis of information to determine capabilities and capacity of interested firms. 2.��� Notice Details.� The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project(s) described below.� The government will use responses to assist with appropriate acquisition decisions for the project. 3.��� Project Scope.� Offutt AFB, Omaha NE, Flightline Hangar Campus. This project entails (4) separate facilities that will be contracted for (1) Design Build contract as follows: A.) Design Build of a 444 SM Petroleum Operations Building, B.) Design/Build of a 445 SM Liquid Maintenance Facility C.) Design/Build of a 173 SM LOX Storage Canopy, and D.) Design/Build of a 96 SM De-icing Liquid Storage Facility.� Construction includes reinforced concrete footings, floor slab, supporting structure, and egress. Facility includes all necessary site work, utilities, mechanical electrical, fire protection systems, back-up power and all other required support. Force protection includes reinforced exterior walls, blast-proof windows, and passive barriers. Project also includes the safe removal of multiple facilities.� Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The Government anticipates a project duration of 18 Months for this Design-Build project. Preliminary planning is currently being performed to collect requisite information and better identify the requirements and details of this project.� The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work.� The Government reserves the right to update this information as project planning documentation is published and updated.� The information below represents the most current information available and will be superseded upon the publication of the preliminary planning information which will be provided by the Government in the subsequent synopsis and request for proposals: Estimated Construction Cost (ECC):� As per DFARS 236.204, the construction order of magnitude is between $5,000,000.00 and $10,000,000.00 for planning and future bonding purposes. Anticipated Construction Strategy: It is expected that the Government will issue a Design-Build stand-alone construction contract. The North American Industrial Classification Code (NAICS) for this requirement is:� 236220, �Commercial and Institutional Building Construction�. The related size standard is:� $39.50M. 4.� ��Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � W9128F-21-R-0021 Offutt Air Force Base Flightline Hangar Campus. Please email to ann.t.young@usace.army.mil and scott.dwyer@usace.army.mil. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. Responses to this Sources Sought will be limited to 10 pages in a single PDF document and should include the following information (items (a) through (g) below). Additional pages beyond ten will not be considered; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (a)��� Firm's name, address, point of contact, phone number, e-mail address. (b)��� CAGE Code and DUNS number. (c)��� Firm's business size in relation to NAICS code 236220 [which has a small business size standard of $39.5M in annual average gross receipts over the past three years], AS WELL AS TYPE(S) of SMALL BUSINESS PROGRAM, IF/AS APPLICABLE. [Items (d) � (f) are generally representative of the primary selection criteria the Government anticipates using for this acquisition, although not guaranteed to be exhaustive for purposes of this market research.] (d)��� Experience. Provide no more than two project examples within the past 5 years that demonstrate specialized experience and technical competence in executing similar work described in Item 3 above titled �Project Scope.� FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offeror�s role as a prime contractor or subcontractor, project duration (start/end dates), customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided, describe how the work is similar to the requirement, and if it was completed on time and within budget The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary. (e)��� Capacity to accomplish the work. Demonstrate capability and capacity to perform the specific services required on a project of this type. (f)��� Work management. Discuss/demonstrate items such as team organization, quality control procedures, cost control and coordination of in-house disciplines and sub consultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture or Mentor-Prot�g� information, if/as applicable. Responses will be shared with the Government and the project management team, but otherwise will be held in strict confidence. Responses to this Sources Sought Announcement are to be sent via email to scott.dwyer@usace.army.mil and courtesy copy ann.t.young@usace.army.mil no later than 2 December 2020 by 2:00 PM CST. Include the sources sought notice identification number W9128F-21-R-0021 in the subject line of the email submission. All responses must be sent by email. Other forms of submission (e.g. regular mail, hand-delivered, facsimile) will not be accepted. Personal visits to discuss this announcement will not be allowed. All firms must be registered in SAM at https://www.sam.gov/SAM/ to be eligible for award of Government contracts. 5.��� Disclaimer and Important Notes. (a)��� This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal request for proposal or bid may be published on https://beta.sam.gov.� However, responses to this notice will not be considered adequate responses to a formal request for proposal or bid.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8873d05f28c46799b1a8be74c9c0578/view)
 
Place of Performance
Address: Offutt AFB, NE 68113, USA
Zip Code: 68113
Country: USA
 
Record
SN05856348-F 20201120/201118230147 (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.