Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2023 SAM #7800
SOURCES SOUGHT

Y -- Virgin Island Army National Guard AASF and CST Design Build

Notice Date
4/4/2023 12:11:45 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP23Z0027
 
Response Due
4/21/2023 7:00:00 AM
 
Point of Contact
Chad Manson, Phone: 9042323420, William Wallace
 
E-Mail Address
chad.manson@usace.army.mil, William.J.Wallace@usace.army.mil
(chad.manson@usace.army.mil, William.J.Wallace@usace.army.mil)
 
Description
Sources Sought Notice W912EP23Z0027 This announcement constitutes a Source Sought Notice.� This announcement seeks information from industry and will only be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE.� Respondents will not be notified of the results of the evaluation.� The U.S. Army Corps of Engineers, Jacksonville District is issuing this source sought notice as a means of conducting market research to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. �This requirement is for the potential fiscal year (FY) 2023 award of a design build construction for the Army Aviation Support Facility (AASF), and a design build for the Civil Support Team (CST) Ready Building.� One or both facilities may be awarded under a single design build contract.� Both sites are located adjacent to each other on federal land at the Virgin Island Army National Guard (VIANG) Installation, located at Frederisksted, Virgin Isands (VI). There is no solicitation currently. �This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract.� The Jacksonville District anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requested. Project Description: Army Aviation Support Facility (AASF): This requirement is to construct a permanent 30,274 square foot specially designed Army Aviation Support Facility (AASF). The Army Aviation Support Facility includes the following items that are integral to the facility: Operations Support Building, Aircraft Maintenance Bay with humidity control, Aviation Ground Support Building, Organizational Vehicle Parking (Paved) and Backup Emergency Generator. Comprehensive interior design services are requested. This facility will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per Public Law 90-480.� This facility will be designed to Construction will include all utility services, information systems, fire detection and alarm systems, roads, walks, curbs, gutters, storm drainage, parking areas and site improvements. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance as per ASA(IE&E) Sustainable Design and Development Policy updated 2017. Access for individuals with disabilities will be provided. �Antiterrorism measures in accordance with the DoD Minimum Antiterrorism for building standards will be provided.� This project will comply with the Army 1 SQFT for 1 SQFT disposal policy through the disposal of 23,256 SQFT. Civil Support Team (CST) Ready Building: This requirement is to design and construct a permanent 18,340 square foot specially designed Ready Building.� Comprehensive interior design services are requested. This facility will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per Public Law 90-480. Construction will include all utility services, information systems, fire detection and alarm systems, roads, walks, curbs, gutters, storm drainage, parking areas and site improvements.� Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance as per ASA(IE&E) Sustainable Design and Development Policy updated 2017. �Access for individuals with disabilities will be provided. Antiterrorism measures in accordance with the DoD Minimum Antiterrorism for building standards will be provided. Specific Project Challenges: This project is located inside the Airport Operation Area (AOA) controlled by the Virgin Island Port Authority (VIPA).� The following are specific challenges to performing this work.� This facility will be designed to meet DoD Unified Facilities Criteria (UFC) in addition to UFCs, all applicable codes shall consider building codes specific to U.S. Virgin Islands, and shall include sustainability requirements as per Public Law 90-480.� The water availability is limited for Fire Protection System (a dedicated water storage tank may be required).� The FAA height limitations for the building(s).� The material availability is limited to a few concrete suppliers and asphalt providers.� The pre manufactured buildings will required to be shipped from the EEUU.� The logistics of getting materials to the Island is at least two or three weeks. Limited suppliers.� There is a shortage of labor due to the amount of construction at VI.� The utility coordinations and connections has to happen via WAPA (Water and Power Authority).� There may be a requirement of a force line and coordinations need to happen with VIWMA (Waste Management Authority).� The roof systems need to survive CAT 5 hurricanes (>""175 mph"") there may be a requirement to collect rain water and reused it for day to day activities.� There is a limited amount of earth/engineering fill supplier. The contractor must be able to provide as-builts of the finished work acceptable to the Government.� The Design-Builder shall be able to provide a team of qualified professionals in all required disciplines applicable to this project in order to design of the facilities following the requirements in the Request for Proposal (RFP). The design team will submit multiple design deliverables at different stages of development as established in the RFP. In addition to design deliverables, shop drawings, and other required design products, the Design-Builder must be able to provide as-builts of the finished work acceptable to the Government. The Estimated Magnitude of construction is between $25,000,000 and $100,000,000. The estimated period of performance is 760 calendar days from receipt of the date of Notice to Proceed. AASF The estimated period of performance is 760 calendar days CST The estimated period of performance is 760 calendar days The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard for this project is $45 million. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, website, and email address. 2.� Firm�s interest in submitting a proposal on the solicitation when advertised. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 10 years from the date of this Sources Sought.� Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that included (1) design-build delivery strategy (2) new construction of military or commercial training and administrative facilities� (3) secured spaces and/or work on a secure installation (5) performance of work in the US Virgin Islands-this is a remote area.� (6) Heavy rock excavation 4.� Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB WOSB HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.� 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information, if applicable � existing and potential. 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. � All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Synopsis by no later than April 21, 2023 at 2:00PM, EST. All responses under this Sources Sought shall be sent to Mr. Chad Manson via email at chad.d.manson@usace.army.mil and Mr. William Wallace at william.j.wallace@usace.army.mil.� Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d86ccebf4a414aaa872f17afaae7191a/view)
 
Place of Performance
Address: Frederisksted, vi 00840, VIR
Zip Code: 00840
Country: VIR
 
Record
SN06640092-F 20230406/230404230112 (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.