SOLICITATION NOTICE
Y -- 5-5 ADA Battalion Complex-Battalion Headquarters BuildingFort Lewis, Washington
- Notice Date
- 9/29/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-09-R-0093
- Response Due
- 12/15/2009
- Archive Date
- 2/13/2010
- Point of Contact
- Kevin Mulvihill, 206-764-6805
- E-Mail Address
-
US Army Engineer District, Seattle
(Kevin.T.Mulvihill@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT/SYNOPSIS: THIS IS BOTH A SYNOPSIS TO ANNOUNCE AN UPCOMING CONSTRUCTION PROJECT AT FORT LEWIS, WASHINGTON, AND A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR THIS PROCUREMENT TYPE. DEPENDING UPON THE RESPONSES OF AVAILABLE LOCAL PRIME CONSTRUCTION SOURCES IN THE SMALL BUSINESS CATEGORIES OF HUBZONE OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. THIS SOLICITATION WILL EITHER BE SETASIDE IN ONE OF THOSE SMALL BUSINESS CATEGORIES, OR BE ISSUED AS A SMALL BUSINESS SET ASIDE OPEN TO ANY SMALL BUSINESS. The purpose of this notice is to gain knowledge of potentially qualified HUBZones or Service-Disabled Veteran Owned Small Businesss (SDVOSB) prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 236220, and for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last fiscal years, does not exceed $33.5million. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS will be used by the Government to make appropriate acquisition planning decisions see submittal requirements below. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate SYNOPSIS will NOT be published in the FEDBIZOPS. The Seattle District Corps of Engineers has a competitive requirement for the Design Build Construction of a Battalion Headquarters Building (BNHQ) for the 5-5 ADA Battalion Complex that will take place on Fort Lewis Army Base in Washington State. The scope of project includes all work required for the design and construction of a BATTALION HEADQUARTERS BLDG (BNHQ) (16,400 sq ft) on a 2 Acre Site and include the associated site work at Fort Lewis, Washington. The BNHQ will follow the current Standard Design for a BNHQ, with a total of 16,400 square feet including standard design barracks, company operations facilities with covered hardstand, battalion headquarters with classrooms, organizational unit storage building, and vehicle maintenance shop with apron, dining facility expansion, and organizational vehicle parking. Installation of Intrusion Detection Systems (IDS), Building Information Systems, connection to Energy Monitoring and Control System (EMCS), Fire/Smoke Detection / Enunciation / Suppression Systems and connections to installation central systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Utilities include connections for water (domestic and fire protection), sanitary sewer, natural gas, propane, and power. This includes replacing the existing utilities infrastructure within the site. Force protection requirements to include building setbacks, landscaping security lighting, window and door protection, structure hardening, mailroom protection, mass notification systems for all buildings, and building information systems. The project will incorporate sustainable design features to achieve a LEED Silver certification as a goal. The design and construction costs will be subject to the funds available for this project. The price range for this project is $5,000,000 to 10,000,000.00 and the completion period is 540 calendar days after NTP. The NAICS code for this project is 236220 and for the purposes of this procurement, a concern is considered a small business if its average annual gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. Interest in this announcement is open to both large and small businesses. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, the Government will decide if willing and capable PRIME contractors exist for a HUBZone (nationwide), or SDVOSB set aside. SUBMISSION REQUIREMENTS: Firms responding to this announcement are requested to demonstrate in writing their capability of performing this project by addressing the following items, numbered 1 through 5. (1) Provide five examples of projects similar to the design and construction of a similar type building performed within the past three years. These projects should be relevant in terms of size, scope, and complexity. Experience such as building construction is relevant in terms of scope. Each project should have a detailed project description and include the amount of the project, and the beginning and end dates of the project. (2) For the five relevant example projects requested in item one (1), indicate whether you were the prime or a subcontractor. If you were the prime, indicate what percentage of the work you performed. If you were a subcontractor, identify your role in the contract and why that role is relevant. (3) Provide evidence of bonding capability. Firm should ask their bonding agent/surety to provide its single contract bonding capacity and its aggregate bonding capacity. (Please note that this information should come from the bonding agent/surety, not the firm itself. Also, please do not provide actual bonds.) (4) Provide a list of the firm's current on-going projects, their bonding amount, their expected completion date, and the name, point of contact, and phone number of the prime contractor's bonding company. (5) Provide the Firm's name, address, and the size of the firm, DUNS number and its socio-economic status Service-Disabled Veteran-Owned Small Business (SDVOSB) or HUBZone Small Business. NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. The responses to this sources sought synopsis may be forwarded to the attention of Kevin Mulvihill, Contract Specialist, by email: Kevin.T.Mulvihill@nws02.usace.army.mil, or Fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS-M Attn: Kevin T. Mulvihill, 4735 East Marginal Way South, Attn: Seattle, Washington 98134-2329. Responses should be received as soon as possible, but no later than 09 October 2009. Once the set-aside PROCUREMENT STRATEGY is decided, the requirement will be a Best Value procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15. The solicitation will be a Request for Proposals (RFP), and a firm-fixed-price contract will be negotiated as a result of this procurement. This project is may be open to all Small Businesses depending on the sources sought results (IF THERE ARE ADEQUATE NUMBERS OF PRIME CONTRACTORS IN THE either of the 2 CATEGORIES, THEN IT WILL BE SETASIDE FOR ONE OF THOSE PARTICULAR SB CATEGORIES.). On or about 19 October 2009, the solicitation documents for this project will be available via FedBizOpps.gov at https://www.fbo.gov/ under solicitation number W912DW-09-R-0093. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOpps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-09-R-0093/listing.html)
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN01975135-W 20091001/090930001620-b906b9c16c2ba120637a6472257a7ea2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |