Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOURCES SOUGHT

99 -- Natick Soldier System Center - Building 15 South Wing Barracks Replacement

Notice Date
5/16/2023 8:29:09 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ23X0036
 
Response Due
6/15/2023 11:30:00 AM
 
Point of Contact
Kyle Hall, Phone: 9783188479, Erin E. Bradley, Phone: 9783188195
 
E-Mail Address
kyle.k.hall@usace.army.mil, Erin.E.Bradley@usace.army.mil
(kyle.k.hall@usace.army.mil, Erin.E.Bradley@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement to determine interest, availability, and capability of small and large businesses for Construction Services for the Building 15 South Wing Barracks Replacement Project at Natick Soldier System Center in Natick, MA. The NAICS code for this procurement is 236220 with a size standard of $45M.� The solicitation is planned to be issued on or about January 2024 with construction to take begin in Spring 2024.� The estimated construction cost is between $5,000,000 and $15,000,000. Location: Natick Soldier System Center (NSSC) off General Greene Avenue in Natick, MA. NSSC is the only active Army installation in New England with a focus to enhance, empower, and enable the Joint Warfighter from all branches of the Department of Defense (DOD). NSSC is home to a number of premier and unique facilities that support the research, development and engineering to sustain current Warfighter systems and develop future system. Known as the Army�s center for Soldier-related search and development, NSSC is home to numerous important research entities including the U.S. Army Combat Capabilities Development Command (CCDC), U.S. Army Research Institute for Environmental Medicine (USARIEM), and the U.S. Army Tank-Automotive and Armaments Command (TACOM). The mission of NSSC is vital to mission of the U.S. Military. This project will be replacing the existing three-story South Wing of the Building 15 Barracks with a new two-story structure that meets Military Standards. As part of the design phase, USACE is currently developing a construction package that includes full demolition of the existing South Wing of Building 15 and replacement with a new two-story structure. Draft plans are included within this notice but is subject to change as design progresses. The scope of work for this contract includes but isn�t limited to: Demolition of existing three-story South Wing of Building 15 Barracks Construction of new two-story facility that includes administrative workspaces at first floor and 2/1 living barrack spaces for soldiers on the second level Construction will involve keeping the existing East Wing of Building 15 operational with continued access to the Dining Facility (DFAC). Extension of utilities from surrounding area and East Wing for new space. Backup generator and new mechanical systems As an active Army installation there will be include significant equipment and personnel management requirements to minimize impacts to the surrounding facilities and on-going activities. The existing East Wing must always remain operational with consistent access. The contractor will also have a defined work area with limited access and all contractor personnel shall be screened for security purposes. Interested firms should submit a capabilities package to include the following:� business classification (i.e., HUBZone, small business, etc.), as well as qualifications and experience in performing the work components stated above. Please include at least two or three specific examples of the firm�s experience performing the work requirements stated above.� The projects must have been performed within the last seven years.� Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror�s effort and their experience must also have been performed within the last seven years.� �Also, indicate the team subcontractors that will be used to support the offeror�s effort on the project requirements mentioned above. Proof of bonding capability is required.� Responses are limited to three pages.� Responses are due by June 16, 2023.� Responses should be sent via email to: kyle.k.hall@usace.army.mil Interested firms shall provide the above documentation in one original form and one copy.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf36420698c349a185f0dbe9c0fe1dc7/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN06684750-F 20230518/230517212028 (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.