SOURCES SOUGHT
Y -- Design Build Readiness Center - Fort Allen, Puerto Rico
- Notice Date
- 8/25/2023 3:18:28 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
- W912EP23Z0039
- Response Due
- 9/28/2023 7:00:00 AM
- Archive Date
- 10/13/2023
- Point of Contact
- Chad D. Manson, Phone: 9042323420, William Wallace, Phone: 9042322180
- E-Mail Address
-
chad.d.manson@usace.army.mil, william.j.wallace@usace.army.mil
(chad.d.manson@usace.army.mil, william.j.wallace@usace.army.mil)
- Description
- Sources Sought Notice W912EP23Z0039 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 sources sought notice as a means of conducting market research to gauge 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) 2024 award of the two-phase design build construction for a 88,309 square foot National Guard Readiness Center.� This site is located on federal land at the Puerto Rico Army National Guard (PRARNG), located at Juana Diaz, Puerto Rico. There are no solicitations 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: National Guard Readiness Center: This requirement is to construct a permanent 76,258 square foot specially designed National Guard Readiness Center that includes the following items that are integral to the facility: Backup/Emergency Generator, Detached General Purpose Training Bay and a 12,051 square foot specifically designed Unheated Storage 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. Special work involved will include building facilities to withstand category five hurricane in order to minimize future damage. 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 not comply with the Army 1 SQFT for 1 SQFT disposal policy, an exception to criteria will be submitted. Specific Project Challenges: The work will be performed in Juana Diaz, Puerto Rico and within an active Military Base of the Puerto Rico Army National Guard (PRARNG). and near an active Navy communications site. 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 and shall include sustainability requirements as per Public Law 90-480. All applicable codes shall consider building codes specific to Puerto Rico, the Designer requires to be familiar with the local permit process as well. The water availability is limited for Fire Protection System (a dedicated water storage tank may be required), the material availability is not limited, however, the suppliers and asphalt/concrete providers are 1-2 hours distant from the project site; the pre-manufactured buildings may be required to be shipped from the EEUU.� There is a shortage of labor due to the amount of construction in PR.� The utility coordination�s and connections must happen via PREPA (LUMA) and PRASA.� The power utility is provided by LUMA and the potable water and sanitary service provider is �Puerto Rico Aqueductos y Alcantarillados� (PRASA). The Design-Builder shall be able to provide a team of qualified professionals in all required disciplines applicable to this project to design 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 $10,000,000 and $45,000,000. The estimated period of performance is 1430 calendar days from receipt of the date of Notice to Proceed. 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) working in remote areas and within a secure installation (2) pre-engineered metal buildings, precast or CMU and (3) coordination w/multiple entities at local, state and Federal level. 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 September 28, 2023 at 10:00AM, ESD 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/2d18eee5ee0a4ac1aafd3333d06098d7/view)
- Place of Performance
- Address: Juana Diaz, PR 00795, USA
- Zip Code: 00795
- Country: USA
- Zip Code: 00795
- Record
- SN06808253-F 20230827/230825230107 (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 |