Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2023 SAM #7904
SOLICITATION NOTICE

Z -- Remodel Training Facility BLDG. 52110

Notice Date
7/17/2023 2:21:16 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONTR FORT HUACHUCA AZ 85670-2748 USA
 
ZIP Code
85670-2748
 
Solicitation Number
W9124A23R0016
 
Response Due
7/14/2023 11:00:00 AM
 
Archive Date
07/29/2023
 
Point of Contact
Maverick Siragusa, Glenn E. Hohman
 
E-Mail Address
Maverick.C.Siragusa.civ@army.mil, glenn.e.hohman.civ@army.mil
(Maverick.C.Siragusa.civ@army.mil, glenn.e.hohman.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION This Sources Sought will allow the Government to Gauge the availability of Industry to provide and manage the services called for in the attached SOO. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. The information obtained from Industry will be used as part of the Government�s overall Market Research for this requirement and will provide valuable input to the Government as it develops their strategy for acquiring the Fort Huachuca Courtroom remodel. This procurement will be issued as a 100% Set-Aside for Small Businesses (SB) through RFP procedures under FAR 15, 36 and other FAR Parts and Subparts as applicable. This is a Design/Build requirement for the Remodel Training Facility BLDG. 52110 located at Fort Huachuca, AZ under pre-solicitation notice W9124A23R0016. The Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Huachuca Division, is seeking Sources, information and industry comment on business sources that can provide construction as synopsized below and contained in the attached DRAFT Statement of Objectives (SOO). The Contractor shall provide design/build services and furnish all labor, material, equipment, supervision, transportation, permits, fees, licenses, and utilities necessary to reconfigure/renovate Training Facility BLDG. 52110, located at Fort Huachuca, AZ. A non-specific Design Criteria listing for the project is provided in Section 4.0 in the SOO. The Contractor shall prepare a more detailed description outlining their Contract Execution Overview (technical approach, labor hours, materials/equipment, self-performance/sub-Contractor), tentative schedule, and previous experience for this type of work. The Contractor shall field verify the area of work before submitting their proposal. This proposal shall generalize the major work elements and be all inclusive. The Government will rely on the Contractor's expertise and experience to successfully complete the project. Reference attachment Advanced Copy Statement of Objectives (SOO) Remodel Training Facility BLDG. 52110 for this requirement. The purpose of this request and synopsis is a means of continuing market research to gain knowledge of interest, capabilities, socio-economic information, and qualifications of members of the business community who can support this requirement and to identify parties having the resources to Remodel Training Facility BLDG. 52110. The Government intends to procure this design/build remodel as a one hundred percent Small Business Set-aside, on a competitive basis. Location of the work is at Building 52110, Fort Huachuca, AZ 85613. DISCLAIMER: �THIS REQUEST FOR INFORMATION/SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)�. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses to this request will be used by the Government to make appropriate determinations about an acquisition strategy only and the Government is under no obligation to award a contract because of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this draft technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE), the SAM Marketplace. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. PROGRAM INFORMATION The Directorate of Public Works (DPW), Fort Huachuca, Arizona, has a requirement to renovate the facility for the 2D-13th AVN Regiment make the facility mission ready. The unit 2D-13th AVN Regiment has the UAS Gray Eagle Simulator Training on the temporary module, building 87815A. The facility currently does not support all the capabilities of the mission. The goal is to bring the facility up to modern standards. � REQUIRED CAPABILITIES If your organization has the capability to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver the total solution, organizations should address the administrative and management structure of such arrangements. TYPE OF CONTRACT: A firm-fixed-price contract is expected to be awarded.� Note: Davis Bacon prevailing wages for Cochise County, AZ will apply. ELIGIBILITY: The applicable NAICS code for this requirement is 236220 with a Small Business Size Standard of $40 million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Construction Cost Range for this project (Magnitude of Construction) is between $1,000,000 and $5,000,000. The Government requests the following information be provided: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 85% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 85% of the tasking described. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 7.) Responding companies must demonstrate the willingness and capability to provide the services identified in this Sources Sought to help the Government determine prospective contractors. The estimated period of performance is anticipated to be a (10) month contract (300 days) with performance commencing sometime in Fourth Quarter of Fiscal Year 2023. All data received in response to this request that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. NO oral questions will be accepted. ACC will use questions received during the PSN period to adjust draft documents as necessary but reserves the right to not provide direct answers to questions until the Solicitation Q&A Period. SITE VISIT INSTRUCTIONS A. SITE VISIT: Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted. The information provided in the Site Visit Instructions is for informational purposes only. We will be meeting at the Murr Community Center on 24 July, 2023 at 10:00AM Arizona Time. Address: 51301 Cushing St, Fort Huachuca, AZ 85613-7070 Attached is a map and turn-by-turn driving directions to the Murr Community Center (Attachment J-07) Please note that no outside food or drink is allowed inside the Murr Community Center except for bottled water. ***Interior photographs will be allowed for contractor�s who submit that request with their RSVP.� The photographer will be limited to 1 person per Prime contractor, and the full name of the photographer must be submitted with the RSVP. Subcontractors may attend but will need to work through their Prime for photos they want.� Exterior photographs will not be allowed for this site visit and will be requested of the Government during the site visit.� Those exterior photographs taken by the Government will be posted with the Answers to Questions.� For any contractor that currently has permission to take photographs due to current work being performed on Fort Huachuca, that permission does not apply to this site visit, and the by name request for a photographer for the purposes of this site visit is still needed with the RSVP.*** You will need Driver�s License/Photo ID, Proof of Insurance, Registration, and no felonies on your record to access Fort Huachuca. You will have to park in the parking lot at the gate and go to the building and check in. Please allow yourself plenty of time so you can be on time for the Site Visit. Anyone that is 10 minutes late will not be able to attend the Site Visit. Request confirmation of intent to attend the site visit NLT Friday 21 July, 2023, by 12:00PM Arizona Time.� Please contact the Van Deman Gate (East Gate) & Visitor Control Center at 520-533-3269 for any questions. ����������� Please check the following website and go to the Gate Information link for more information: https://home.army.mil/huachuca/index.php The Government intends to award (1) one contract as a result of the corresponding solicitation to the responsible offeror whose offer conforming to the solicitation.� It is contemplated that it is in the best interest of the Government to use lowest price technically acceptable source selection process for this requirement.� This notice is for informational purposes only and is not a request for submission of offers. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. Small Business concerns must also be registered in the System for Award Management (SAM) database. Information on SAM Registration can be found at https://sam.gov/. NOTE: No additional information is available until the solicitation is released. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 12 pitch. The deadline for response to this request is no later than 12:00 PM MST, 14 July 2023. All responses under this Notice must be e-mailed to the Contracting Officer, Glenn E. Hohman at Glenn.E.Hohman.civ@army.mil and the Contract Specialist, Maverick Siragusa at Maverick.C.Siragusa.civ@army.mil, in either Microsoft Word or Portable Document Format (PDF). LIST OF ATTACHMENTS: J-01 SOO_Remodel Training Facility-Bldg 52110-21JUNE2023 J-02 Floorplan 52110 J-03 GE Sims Bldg 52110 Remodel J-04a asbestos-lead-report1 J-04b asbestos-lead-report2 J-04c asbestos-lead report3 J-05 Questions Template J-06 Past Performance Evaluation Questionnaire Form J-07 52.204-9 Personnel Log J-08 Map Ft Huachuca AZ
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/94a8ee1fccbf4c88a3ae4cf3b392ec59/view)
 
Place of Performance
Address: Fort Huachuca, AZ 85613, USA
Zip Code: 85613
Country: USA
 
Record
SN06751499-F 20230719/230717230051 (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.