Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

Z -- Renovate Corrosion Control Hangar, Barksdale AFB, Louisiana

Notice Date
1/12/2021 1:20:21 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G-21-R-0030
 
Response Due
2/1/2021 2:00:00 PM
 
Archive Date
02/02/2021
 
Point of Contact
Jesus Floriano, Phone: 817-886-1380
 
E-Mail Address
Jesus.J.Floriano@usace.army.mil
(Jesus.J.Floriano@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS for Renovate Corrosion Control Hangar, Barksdale AFB, Louisiana 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. The U.S. Army Corps of Engineers, Fort Worth District has been tasked to solicit for and award a project to revitalize/renovate a Corrosion control Hanger (Bldg 6626) at Barksdale AFB, LA. The proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman Owned, SDVOSB and businesses are highly encouraged to participate. Statement of Work: Project includes the renovation and upgrade of building systems to meet Air Force standards: repair of existing hangar, replace interior hangar doors, HVAC, Electrical/Lighting/Communication/Security Systems, and Plumbing, roofing, interior and exterior finishes etc. to provide an operational corrosion control facility so that corrosion control activities can commence to support the active bomb wing. Building 6626 which is a Corrosion Control Facility (CCF) and must be able to perform all the functions listed in UFC 4-211-02 with the exception of the Dry Media Blast (DMB) De-paint. The estimated cost of the proposed construction is between $10M and $100M. The Estimated duration of the project is 550 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, 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. If market research determines that there are no small business and the resulting solicitation is solicited unrestricted any other than small firms will need to comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. 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. 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. The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date for this solicitation is on or about February 26 2021, and the estimated proposal due date will be on or about March 2021. The official Synopsis citing the solicitation number will be issued on Beta SAM at https://beta.sam.gov/. Firm�s response to this Source Sought shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, and e-mail address. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, or 8(a)). Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 2 :00 p.m. CST 01 FEB 2021 via email only. All interested firms must be registered in SAM (www.beta.sam.gov) to be eligible for award of Government contracts. Please email your response to: Jesus Floriano, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: Jesus.J.Floriano@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d7996d007a64c32977bd0f14a740ba4/view)
 
Place of Performance
Address: Barksdale AFB, LA, USA
Country: USA
 
Record
SN05890564-F 20210114/210112230113 (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.