Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOURCES SOUGHT

Z -- Building 3-3050 Expansion and Upgrade - UMMC

Notice Date
5/17/2021 11:57:29 AM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM22R0001
 
Response Due
6/2/2021 11:00:00 AM
 
Archive Date
06/17/2021
 
Point of Contact
Robert N Law, Phone: 9102514469, Michael Mullen, Phone: 9102514710
 
E-Mail Address
robert.n.law@usace.army.mil, michael.m.mullen@usace.army.mil
(robert.n.law@usace.army.mil, michael.m.mullen@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE FOR W912PM22R0001 PN 96013 Building 3-3050 Expansion Fort Bragg, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to renovate a building located at Fort Bragg, NC.� The scope of work includes:�� Building 3-3050 is a 7,647 SF existing building. This project is a 1,500 SF expansion and upgrade of Building 3-3050 to customize the facility for future occupancy. The services requested include, but are not limited to architectural, interior design, structural, mechanical, electrical, plumbing, fire, audio visual, security, cybersecurity, total building commissioning, as well as surveying related to site work for the expansion. The systems include, but are not limited to fire life safety, mass notification, building automation (EMCS/UEMCS), security (CCTV, IDS), cybersecurity (in accordance with current DoD criteria). The design scope includes, but is not limited to: STC-45 rated walls, ceilings, floors and doors; fully conditioned building with self-contained systems; energy efficient systems and sustainability measures; connections to energy monitoring and control system; connections to existing utilities; possible provision of a �secure room�; furniture layout and furniture item description; equipment provided from other appropriations is to be accounted for and included in the project design; total building commissioning. In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. All interested firms with 236220 as an approved NAICs code have until 2 June 2021 at 2:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. �Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. � - Bonding capability - Firms shall provide evidence of bonding capability for both single and aggregate bonding programs by means of a letter from a Surety Company.� This correspondence should explicitly state the responding firms authorized bonding program in addition to documenting the firm�s capacity on current contracts and/or task orders. Submittals including what a Surety can provide does not meet the requirement of what a firm can receive as a bonding instrument.��� - Evidence of capabilities to perform comparable work i.e., complex construction projects of similar size, scope and complexity on three (3) and no more than five (5) recent projects that are: Equal to or greater than $5,000,000.00 in value (not more than six (6) years old) Projects equal to or greater than 5,000 square feet in renovation, and 1,000 SF New Construction. Construction on Secure Compound. To include full time escorts within a confirmed containment area, screening of all construction materials. Installation of Secure Comm Lines and Access Control Systems to include SIPR/NIPR Construction of pre-cast concrete panels to include installation and coordination with Manufacturer. KTR to provide one example from previous project. � Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Design-Bid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. � - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. � The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Attn: Michael Mullen & Bobby Law E-mail: michael.m.mullen@usace.army.mil ������������� robert.n.law@usace.army.mil ������������� SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: PN 96013 Building 3-3050 Renovation, Fort Bragg, NC - Sources Sought_COMPANY NAME. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb69b2ec59f94c93b9fdf1013ff53a6f/view)
 
Place of Performance
Address: Fort Bragg, NC 28307, USA
Zip Code: 28307
Country: USA
 
Record
SN06004690-F 20210519/210517230115 (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.