SOURCES SOUGHT
Y -- Ft Riley Barracks 7081 A, B, E, F Renovation
- Notice Date
- 6/8/2022 5:19:37 AM
- 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
- W912DQ22R4014
- Response Due
- 6/22/2022 10:00:00 AM
- Point of Contact
- Dale E Coleman, Phone: 8163893500, Alice Jeffres, Phone: 8163893074
- E-Mail Address
-
dale.e.coleman@usace.army.mil, alice.m.jeffres@usace.army.mil
(dale.e.coleman@usace.army.mil, alice.m.jeffres@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract for the Renovation of Barracks 7081 A, B, E, and F at Ft Riley, Kansas. �The Government proposes to issue a firm fixed price type contract 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 a firm fixed price Design-Bid- Build construction type contract of this magnitude and to determine if there is adequate competition to compete and successfully perform. The scope of this Design-Bid-Build (DBB) contract is for the repair and renovation of 4 separate barracks buildings at Fort Riley, Kansas. The new design and construction will reconfigure these buildings to single room apartment style with shared living spaces including a kitchenette. The work will include but is not limited to construction/installation of walls and partitions, interior/exterior insulation, interior finishes, utilities such as HVAC upgrades, interior electrical, plumbing, fixtures, appliances, kitchenette sinks, fire alarm systems, internet and telephone systems, site improvements, pavements, communications infrastructure, and other supporting work necessary to make complete and useable facilities. ACQUISITION STRATEGY The Government anticipates a two year, firm fixed price type contract for this project. The requirements will consist of the renovations of barracks 7081 A, B, E, and F converting them to single room apartments with shared living spaces. This requirement will include complex construction scheduling to accommodate occupancy changes and needs for the current barracks end users. The magnitude of this project is between $25,000,000 and $100,000,000. The applicable North American Industrial Classification System (NAICS) for this procurement is 236220- Commercial and Institutional Building Construction and $39.5M size standard. Submission Requirments: COVER LETTER: 1. Offeror's name, address, point of contact, phone number, and e-mail address. 2. Firm's Unique Entity Identifier. 3. Offeror's interest in providing a proposal if a solicitation is issued. 4. Offeror's capability to perform a contract of this magnitude and complexity. 5. Offeror's type of business and business size in accordance with the NAICS code 236220. 6. If a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Small Business concern; or (d) Woman-owned Small Business. SOURCES SOUGHT QUESTONS: 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 repair and renovation multiple military barracks within the last (10) ten years by including as much of the following information as possible: Dollar amount of the contract. Design-Bid-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. Joint Venture information, if applicable - existing and potential. Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars. Contractor may submit examples of work done by a subcontractor if that subcontractor intends to enter into a letter of commitment with the contractor. 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 by June, 22, 2022, at 12:00 p.m. local time, with response limited to nine (9 pages), including cover letter. Send your response to Dale Coleman via email, dale.e.coleman@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2fdbd798258486a97d0cbb66118e80b/view)
- Place of Performance
- Address: Fort Riley, KS 66442, USA
- Zip Code: 66442
- Country: USA
- Zip Code: 66442
- Record
- SN06352117-F 20220610/220608230124 (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 |