SOURCES SOUGHT
Y -- Design-Build construction of the Second Phase of the Weapons Storage Area Malmstrom Air Force Base MT
- Notice Date
- 2/2/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-12-R-0021
- Response Due
- 2/15/2012
- Archive Date
- 4/15/2012
- Point of Contact
- JAMES A RUSSELL, 206.764.6087
- E-Mail Address
-
USACE District, Seattle
(james.a.russell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR a Design-Build construction of the Second Phase of the Weapons Storage Area, at Malmstrom Air Force Base, Cascade County, MT. THIS IS NOT A SOLICITATION ANNOUNCEMENT. 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 solicitation announcement will be published in the FEDBIZOPS. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. Interest in this announcement is open to businesses located nationwide regardless of business size. The purpose of this notice is to gain knowledge of potentially qualified business to perform the work described and ascertain interest from Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 236220. Note for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. Your responses to the information requested will assist the Government in determining the appropriate structure of the resulting Request for Proposals, and the acquisition method, including whether a set-aside is possible. PROJECT INFORMATION: The Seattle District is anticipating solicitation of a design-build construction of three earth-covered standard munitions storage modules and a one-half munitions storage module; munitions maintenance and handling facility and a munitions holding pad. The munitions facility will include pier and grade-beam foundations designed for expansive clay soils with reinforced concrete floors; structural steel frames; CMU walls and standing seam roofs; complete with all supporting mechanical, electrical and fire building systems. Siting distances comply with AFMAN 91-201, Explosives Safety Standards. Demolish six munitions facilities totaling 3,150 SM. Work includes utility extensions, pavements, communications, site improvements and minimum DOD antiterrorism force protections measures per Unified Facilities Criteria. PROJECT REQUIREMENTS: Contractor must possess a confidential or higher US Government Security Clearance, including personnel (i.e., Project Manager, Project Superintendent and CQC System Manager, and others), at time of award. Contractor along with key personnel and subcontractors must have at least one project completed in a Military Weapons Storage Area or similar secured area requiring the confidential or higher security clearance. The anticipated total project amount is approximately $9.5 million. SUBMISSION REQUIREMENTS: Responses to this sources sought synopsis shall provide the prime contractor's name, address, email, business category, business size, business type (JV, etc.), and information pertaining to bonding capacity. NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. 1.Construction contractor can demonstrate successful completion of at least one project inside a Military Weapons Storage Area or similar secure area requiring a security clearance to gain entrance. Project must have been of similar size and scope (Munitions Storage Facility or facility with similar cast-in-place and pre-cast concrete construction. 2.Design contractor can demonstrate successful design of at least one project which included a Military Munitions Storage Facility or similar explosives storage facility. 3.The following contractor key personnel shall possess (*note not just be able to obtain, but already possess at time of Proposal) a confidential or higher security clearance. a.Project Manager b.Project Superintendent c.Assistant Project Superintendent d.CQC System Manager e.Site Safety and Health Officer f.At least four Equipment Operators/Truck Drivers 4.The proposed Project Manager, Project Superintendent and CQC System Manager each must demonstrate successful completion of at least one project inside a Military Weapons Storage Area or similar secure area requiring a security clearance to gain entrance. Project must have been of similar size and scope. 5.Contractor can demonstrate previous experience with dry batching concrete or volumetric concrete mixing. Bonding Information: Provide the following, on the bonding company's letterhead: a. Bonding Limits: (1) Single Bond, (2) Aggregate b. Proof the contractor can provide bonding for a single item of $9,500,000.00. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. g. Point of contact for the Bonding Company Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Firms formally organized as design-build entities, design firms and construction contractors that have associated specifically for this project, consortia of firms or any other interested parties may submit information. Associations may be as joint ventures or as key team subcontractors. Any legally organized Offeror may submit information, provided that the Offeror or Offeror's subcontractor has or will have professional architects and engineers, registered in the appropriate technical disciplines. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Wednesday, February 15, 2012. The responses should be forwarded to the attention of Susan Newby, Contract Specialist, by email: Susan.F.Newby@usace.army.mil, or fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS Attn: Susan Newby, 4735 East Marginal Way South, Seattle, WA 98134-2329.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-R-0021/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02666372-W 20120204/120202234839-c594d82717e3758c8db808b17a36e5e0 (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 |