SOURCES SOUGHT
Y -- Construction of two facilities for Aviation Unit Complex at Joint Base Lewis-McChord. One facility is for Company Operations Facility (COF); the other is for Tactical Equipment Maintenance Facility (TEMF).
- Notice Date
- 4/1/2014
- 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
- W68MD940761220
- Response Due
- 4/10/2014
- Archive Date
- 5/31/2014
- Point of Contact
- Tam Huynh, 206-764-3781
- E-Mail Address
-
USACE District, Seattle
(tam.c.huynh@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The U.S. Army Corps of Engineers (USACE), Seattle District, has been tasked to solicit and award a project at Joint Base Lewis McChord (JBLM), Washington. The proposed project will be competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY 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 FEDBIZOPPS (WW.FBO.GOV). Responses to this SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. The purpose of this notice is to gain knowledge of interest, capability and qualifications of potentially qualified Small Businesses (SB) prime contractors to include Small Business, 8(a) firms, Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), whose bona fide place of business is located in Washington state and its surrounding areas (Alaska, Idaho, Montana and Oregon). Small businesses, 8(a), HUB-Zone and SDVOSB's are highly encouraged to respond. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS will be used by the Government to make appropriate acquisition planning decisions - see submittal requirements below. PROJECT INFORMATION: The USACE Seattle District is anticipating solicitation for construction of two facilities for Aviation Unit Complex at Joint Base Lewis-McChord. One facility is for Company Operations Facility (COF); the other is for Tactical Equipment Maintenance Facility (TEMF). The COF has 68,000 square feet standard design building with covered hardstand of approximately 13,000 square feet, and the TEMF has a 36,000 square feet standard design building with petroleum, oils and lubricant (POL) storage, tactical unmanned aerial vehicle (TUAV) storage, hazardous waste storage, organizational vehicle parking. The facilities also require building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, and landscaping and signage. The magnitude of construction is in the range of $25,000,000 to $100,000,000 in accordance with DFARS 236.204. NAICS CODE: 236220 Small Business Size Standard: $33.5 million SUBMITTAL REQUIREMENTS: Responses to this sources sought synopsis shall be limited to five (5) pages and shall include the following: 1.Firm's name, address, point of contact, phone number and e-mail address. 2.Firm's interest in bidding when the solicitation is issued. 3.Experience: Contractor must provide a brief description of experience in performing similar projects for construction/installation of Pre-Engineered Building Systems for Company Operations Facilities (first class professional office facilities and office/ warehouses) and Tactical Equipment Maintenance Facilities (heavy-equipment/vehicle maintenance facilities). For these types of facilities, also provide details of installation of architectural insulated metal panel systems, and installation and testing of air barrier systems. The information shall include customer's name, timeliness of performance, customer satisfaction, and dollar value of the project. Minimum of three (3) but no more than five (5) similar projects in the past five (5) years. 4.Firm's small business category and Business Size. 5.Firm's Joint Venture information if applicable. 6.BONDING INFORMATION: a. Bonding Limits: (1) Single Bond, (2) Aggregate b. Proof the contractor can provide bonding. 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 Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidential Interested firms shall respond to the Sources Sought Synopsis no later than 2:00 pm (Pacific Time) on 10 April 2014. The responses should be forwarded to Tam Huynh, Contract Specialist, by email: tam.c.huynh@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD940761220/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
- SN03325382-W 20140403/140401234517-b73b425edcf58e36f9e98e86f3568ba1 (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 |