SOURCES SOUGHT
Y -- WAREHOUSE AND MUNITIONS STORAGE FACILITY
- Notice Date
- 1/26/2022 10:22:21 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR22R0029
- Response Due
- 2/9/2022 9:00:00 AM
- Point of Contact
- Charles Boswell, Patricia Morrow
- E-Mail Address
-
charles.m.boswell@usace.army.mil, patricia.l.morrow@usace.army.mil
(charles.m.boswell@usace.army.mil, patricia.l.morrow@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. General: This is a SOURCES SOUGHT NOTICE and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. There will not be a solicitation, specifications, or drawings available at this time. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. 2. Contract Information: The U.S. Army Corps of Engineers (USACE), North Atlantic Division, Baltimore District (CENWP) is going to solicit RFP with use of two-phase design-build selection procedures for the Warehouse and Munitions Storage Facility construction. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Service Disabled Veteran Owned SB (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Large Businesses are not excluded from responding to announcement; however, Small Business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Tamika Gray at (410) 962-2587 or tamika.gray@usace.army.mil 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Government is seeking qualified, experienced sources capable of the design and construction of a new 12,000 SF warehouse facility and the retrofit of an existing 2,000 SF Earth Covered Munitions Storage Facility to include heavy weapons storage, munitions storage, and general warehouse requirements. 4. Project Description: The U.S. Army Corps of Engineers, Baltiore District, has a requirement for the design and construction of a new 12,000 SF warehouse facility and the retrofit of an existing 2,000 SF Earth Covered Munitions Storage Facility to include heavy weapons storage, munitions storage, and general warehouse requirements. The site will be adjacent to and include utilities to service a future training facility sharing the same site located on Ft. Carson, CO. This project includes This project is known as Warehouse and Munitions Storage Facility. The Warehouse and Munitions Storage Facility is intended to be fully funded by construction dollars from fiscal years 2022 and possibly 2023. Funding from each fiscal year must provide a complete and usable phase of the project, which will be presented to the construction contractor as a base contract with multiple options. The project will require the contractor to have an approved facility site clearance, and a DD 254 will be provided during the solicitation phase. Estimated duration of the project is 1-year. The Magnitude of Construction for this project per FAR 36.204 Disclosure of The Magnitude of Construction Projects (g) Between $5,000,000 and $10,000,000 The North American Industry Classification System code for this procurement is 236220 � Commercial and Institutional Building Construction with a small business size standard of $39,500,000. Federal Service Code: Y1GA Construction of Ammunition Storage Buildings 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127DR22R0029 Warehouse and Munitions Storage Facility. Please send to Charles Boswell, Contract Specialist, at charles.m.boswell@usace.army.mil by 12:00 pm Eastern Standard Time Wednesday, 09 February 2022. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. Interested sources shall submit a qualifications statement demonstrating their ability to perform work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. Interested sources shall submit the following: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and/or Service-Disabled Veteran-Owned Small business (SDVOSB). Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. Provide up to 3 examples of projects similar to requirements described in the project description above, within the past 6 years. Please demonstrate experience in the type of work of similar contract value, in a similar type of location. Similar projects should include experience in: Construction or retrofit of a munitions storage facility Construction of a prefabricated climate-controlled warehouse facility Warehouse roadways to include truck access and circulation Construction of site utilities, to include provisions for future facilities Experience with Ft. Carson DPW coordination, and/or other DPW coordination Work for the IC community, performing work in a secure compound under security control The Government may verify information in CPARS or PPIRS. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Total submittal shall be no longer than ten (12) pages in one .pdf file or word document 6. Disclaimer and Important Notes. 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 solicitation may be published in Federal Business Opportunities. However, responses to this notice are not adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. Place of Performance: Butts Road, Ft. Carson, 80913� El Paso County, CO, United States Primary Point of Contact.: Charles Boswell Charles.M.Boswell@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0606e69b354347d9800902f2b8f5a931/view)
- Place of Performance
- Address: CO 80913, USA
- Zip Code: 80913
- Country: USA
- Zip Code: 80913
- Record
- SN06225783-F 20220128/220126230110 (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 |