SOURCES SOUGHT
Y -- Consolidated Communications Facility, Patrick Space Force Base, FL
- Notice Date
- 7/31/2023 7:55:02 AM
- Notice Type
- Sources Sought
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127823R0115
- Response Due
- 8/15/2023 12:00:00 PM
- Archive Date
- 12/31/2023
- Point of Contact
- JILLIAN SAFFLE, Phone: 2514415584, Kenneth Harlan, Phone: 2516943763
- E-Mail Address
-
jillian.e.saffle@usace.army.mil, Kenneth.P.Harlan@usace.army.mil
(jillian.e.saffle@usace.army.mil, Kenneth.P.Harlan@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Patrick SFB, FL. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Patrick SFB, FL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing a 95,000 SF, three story Space communications facility. The proposed facility is the main communications hub at Patrick Space Force Base and critical to space launch mission. The facility supports Air Force Technical Applications Center mission and connections to world-wide sites, 920th Rescue Wing mission of combat search and rescue, as well as Department of State, Defense Information Systems Agency, Space & Missile Center. Critical network operations and control center switch provides services to Patrick Space Force Base, Ascension Auxiliary Airfield, Cape Canaveral and remainder of Eastern Range. Project includes relocating the CE Maintenance facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200- 02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The cost of construction is expected to range from $25 million - $100 million. Proposed construction duration of 950 calendar days. Sources being sought for firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity). 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last ten (10) years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jillian.e.saffle@usace.army.mil and kenneth.p.harlan@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than 15 August 2023 by 14:00 CDT. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8adb67bff1fb430a92822139c91833c1/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06770641-F 20230802/230731230051 (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 |