Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 04, 2024 SAM #8347
SOURCES SOUGHT

Y -- Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)

Notice Date
10/2/2024 10:38:04 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F24SM023
 
Response Due
10/9/2024 2:00:00 PM
 
Archive Date
10/24/2024
 
Point of Contact
Brittany Gull, Amanda Eaton
 
E-Mail Address
brittany.c.gull@usace.army.mil, Amanda.E.Eaton@usace.army.mil
(brittany.c.gull@usace.army.mil, Amanda.E.Eaton@usace.army.mil)
 
Description
Sources Sought Response Form OAFB � Repair Vehicle Search Area Sources Sought Notice # W9128F24SM023 Anticipated Solicitation #W9128F25R0009 PURPOSE:� By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business or other than small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction.� There is no solicitation currently available. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. PROJECT DESCRIPTION: This project will replace existing vehicle search facilities, vehicle control, and pavement to meet UFC 4-022-01 requirements at USSTRATCOM Gate, B511. As such, demolition of existing facilities, pavements, and utilities will be required. The project will allow the sorting of traffic by vehicle type into the proper lane before reaching the inspection area; allow adequate stacking distance for vehicles awaiting entry; incorporate positive vehicle control, facilitate the inspection process, provide security for inspecting personnel and obscuration from surveillance, and accommodate one or more vehicles requiring inspection, including vehicle rejection capability; and accommodate the use of automated identification systems in accordance with UFC 4-022-01, Section 5-6 Vehicle Inspection. The existing vehicle search area does not meet current standards. Demolition of existing structures and pavement will be required. New facilities and pavement for the vehicle search area will be designed to bring it up to current standards. The facilities will meet DoD requirements and security protocols for controlled spaces with security sensors and alarms. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, and UFC 4-022-01, and other UFCs as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used when cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria. Special Construction Requirements: This project is being solicited as a Design-Build project and will require the contractor to provide design services to develop plans and specifications for the construction of this project. This project will be broken into two phases, both of which are part of this project. The first phase will include modifications to the Kenney Gate to allow commercial vehicle inspections to occur at Kenny Gate. As soon as those modifications are complete, construction of the new vehicle search facility at USSTRATCOM gate can be started. The current Estimated Construction Cost is between $10,000,000 and $25,000,000. Ref FAR 36.204 and DFARS 236.204 Disclosure of Magnitude of Construction Projects. This is an AF MILCON funded project. Estimated Project Solicitation Issue date: April 2025 Estimated Project Award date: June 2025 Small Businesses are reminded under FAR 52.219-14(e)(3) � (4), Limitations on Subcontracting. (3)�General�construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or (4)�Construction�by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response to this Sources Sought synopsis. Project Period of Performance: 1096 calendar days from construction NTP. Note: As this is a Design Build acquisition, the 1,096 calendar day duration must include the project design phase. RESPONSES:� Please respond to all information requested in this notice not later than 09 OCT 2024. Please include the Sources Sought Notice Identification Number in the subject line of the email submission with Attention to: Brittany Gull, Contract Specialist, brittany.c.gull@usace.army.mil and courtesy copy the Contracting Officer, Amanda Eaton, amanda.e.eaton@usace.army.mil.� REQUIRED INFORMATION TO BE SUBMITTED IN RESPONSE TO THIS NOTICE: Company Name, address, phone number, point of contract, email, web address: CAGE Code and Unique Entity Identifier (UEI): North American Industry Classification System Code (NAICS): State whether your firm is classified by the Small Business Administration as any of the following: Small Business Small Disadvantaged Business Service-Disabled Veteran Owned Small Business (SDVOSB) Section 8(a) Women Owned Small Business (WOSB) HUBZone Historically black colleges and Universities/Minority Institutions None of the above Is your company currently registered in System for Award Management (SAM)? Has your company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)?� If yes, provide an explanation: Details of similar projects and state whether you were the Prime or Subcontractor. Start and end dates of construction work Project references (including owner with phone number and email address) Project cost, term, and complexity of job Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS CAPABILITIES and SUBMISSION REQUIREMENTS: In the past 10 years, has your firm constructed access or entry control facilities for a Federal project? In the past 10 years, has your firm been awarded Design Build Contracts for the Federal Government? In the past 10 years, has your firm had experience with construction of facilities designed to search large vehicles? If yes, please provide a capability statement no more than six (6) 8.5""x 11"" size electronic pages with 1-inch margins and using a minimum of 10-point Times New Roman font. SUBMISSION DETAILS: All interested, capable, qualified, and responsive contractors under NAICS code 236220 �Commercial and Institutional Building Construction�, related size standard is $45M, are encouraged to reply to this request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described in the Project Description.� Responses are requested only from:� POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10M. �Narratives shall be no longer than six (6) pages. Email responses are required. COMMENTS: Provide comments or identify any concerns your company has regarding the planned solicitation. �Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23eabf5e0f0648feb4293d0213450a02/view)
 
Place of Performance
Address: Offutt AFB, NE, USA
Country: USA
 
Record
SN07231839-F 20241004/241003232214 (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.