SOURCES SOUGHT
Y -- Sources Sought for Training Barracks Upgrade Program FY14 (TBUP 14) - Support Facilities, Fort Leonard Wood, Missouri
- Notice Date
- 2/25/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-14-R-4021
- Response Due
- 3/5/2014
- Archive Date
- 4/26/2014
- Point of Contact
- Traci A Davis, 8163892399
- E-Mail Address
-
USACE District, Kansas City
(traci.a.davis@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought for Training Barracks Upgrade Program FY14 (TBUP 14) - Support Facilities, Fort Leonard Wood, Missouri This is a Sources Sought Synopsis announcement, for market survey information only, to be used for preliminary acquisition planning purposes. No proposals are being requested and none will be accepted in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Kansas City District has been tasked to solicit and award a Design-Bid-Build Solicitation primarily for the renovation of an existing three story barracks and an optional dining facility (DFAC). No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this Market Research and Sources Sought Notice is to determine if there are adequate small business contractors to provide adequate competition to compete and perform a firm fixed price construction type contract. This Project is a Design-Bid-Build Project consisting primarily of renovation of an existing three story barracks and an optional dining facility (DFAC). All buildings are located in Fort Leonard Wood. The barracks is approximately 40,640 square feet and the DFAC is approximately 10,000 square feet. The Project includes furnishing all procurement, installation, plant, labor, equipment, materials, and transportation and performing all required work to provide complete and usable facilities. The renovation is intended to be functionally and technically similar to a dormitory and dining facility in the private sector community surrounding the Installation. The barrack's renovation involves includes the reconfiguration of existing squad bays to open troop bay type layouts for a maximum 240 personnel capacity. Each barracks building also has work classified as quote mark new work quote mark which includes a new three-story addition with individual floor area of approximately 960 square feet per floor as shown on the Drawings. The total new area of all three floors is approximately 2,880 square feet. The first floor of the building contains administrative space and offices for the basic training company cadre, two 120-person classrooms, restrooms and storage space. The second and third floor are similar layouts that consist of two 60-person sleeping bays on each floor, laundry rooms, restrooms and showers. Minor landscaping is required for each building along with asbestos abatement. Each barracks will be up-graded to current seismic and progressive collapse standards. The Dining Facility (DFAC) renovation includes the complete renovation of Building 1010 on Fort Leonard Wood. The dining facility also has work classified as quote mark new work quote mark which will include addition of a freezer storage area of approximately 300 square feet. The complete renovation of the rest of the building will also include roof replacement. The current facility will remain on High Temp, High Pressure (HTHP) and Chilled Water for heating and cooling. Minor landscaping is required for each building along with asbestos abatement. The DFAC will be up-graded to current Anti-Terrorism Force Protection (ATFP) standards. Prior experience with construction of ranges of similar scope will be required. Estimated construction range: Between $10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. The Small Business Size Standard for this acquisition is $33.5 Million. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Not all technical evaluation factors and subfactors have been established at this time. Past Performance will be evaluated. The following information is requested in this Sources Sought (SS): 1. Firm's name, addresses, point of contact, phone number, and e-mail address; 2. Firm's interest in providing a proposal on the pending solicitation once issued; 3. Experience: Evidence of capabilities to perform comparable work in the area of Training Barracks and DFAC on three recent projects (not more than five years old). Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, secure facility, phased renovation, etc.), completion date, total contract construction value, whether it was design-build or construction only, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for each project for validation; 4. Firm's capability to perform a contract of this magnitude and complexity; 5. Firm's small business category and business size (Section 8(a), Historically Underutilized Business Zones (Hub-Zone), Women Owned, Service Disabled Veteran Owned (SDVOSB) and Historical Black Colleges and Universities/Minority Institutions (HBCU/MI)); 6. Firm's Joint Venture information, if applicable; 7. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company; 8. Briefly discuss the cost variations of completing this project as a whole or bidding by individual buildings. Would this affect your participation? Would this drive your cost up or down and if so then by what magnitude (5%, 10%, 15% or more)? Discuss any schedule advantages; 9. Briefly discuss what impact would result in lay down areas that are not proximal to the construction site? Would this drive your cost up or down and if so, by what magnitude (5%, 10%, 15% or more)? Estimate the minimum lay down area required per building. Would the lay down area needed be reduced by the combination of the two buildings into one contract? Interested offerors shall respond to the Sources Sought Synopsis no later than March 6, 2014 at 2:00 PM (CST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Mail or e-mail your response to Traci Davis, Contract Specialist, 601 E 12th Street, Rm. 635, Kansas City, Missouri 64106. E-mail address: traci.a.davis@usace.army.mil. Email is the preferred method of delivery for responses to this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4021/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 635 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN03296600-W 20140227/140225235100-642d9061d49aaee3c281e05bb7c39803 (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 |