SOURCES SOUGHT
Y -- Uranium Processing Facility (UPF) Site Infrastructure & Services (SIS) Subproject, Construction Support Building (CSB) Design-Build
- Notice Date
- 6/11/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-15-R-0014
- Response Due
- 6/22/2015
- Archive Date
- 8/10/2015
- Point of Contact
- Isaac J. Taylor, 615-736-5679
- E-Mail Address
-
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. BACKGROUND: The United States Army Corps of Engineers (USACE) Nashville District is currently performing construction management activities through an Interagency Agreement with the Department of Energy, National Nuclear Security Administration (NNSA) to execute SIS subprojects of the UPF construction project at the Y-12 National Security Complex in Oak Ridge, TN. USACE Nashville District anticipates awarding one firm-fixed price design-build construction contract as the result of a two-phase best value tradeoff competitive solicitation. No solicitation document exists at this time. The anticipated solicitation release date is currently unavailable. A presolicitation notice will be posted at least 15 calendar days prior to release of any solicitation. The presolicitation notice will provide forecasted solicitation release and proposal due dates. It is anticipated offerors will be invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA proposal is accepted by USACE, the awardee shall be required to execute a PLA with one or more appropriate labor organizations for the term of the resulting Contract. GENERAL SCOPE: This work will include, but is not limited to the following: 1. Design and detailed drawings and specifications prepared, signed, and sealed by registered professional architects and engineers, licensed to practice in the State of Tennessee. 2. Procurement, Construction, and other work required for a complete, weather tight, fully accessible, three-story steel-framed CSB not to exceed the building footprint size of 120'-0 quote mark x 180'-0 quote mark and meeting the functional and performance requirements including but not limited to: a. Building Foundations and structural systems, b. Architectural components and systems, c. Heating, Ventilating, and Air Conditioning Systems (HVAC), d. Plumbing systems, e. Electrical, electronic, and telecommunications systems, f. Automatic Fire Sprinkler protection and detection systems, Fire Alarm and Detection Systems and g. Sustainable design requirements including High Performance Sustainable Buildings (HPSB) and United States Green Building Council (USGBC) Leadership in Environmental and Energy Design (LEED). This description is not all-encompassing and is subject to change. The current estimated magnitude of construction is between $10,000,000 and $25,000,000. REQUESTED INFORMATION: 1. Only U.S. Small Businesses under NAICS 236220-Commercial and Institutional Building Construction, which has a Small Business Administration (SBA) size standard of $36.5 Million, are requested to respond to this RFI. Size standards are the average annual receipts of a firm. How to calculate average annual receipts can be found in 13 CFR 121.104. Is your firm considered a small business under the subject NAICS? 2. Is your firm considered, in accordance with Federal Acquisition Regulation (FAR) Part 19, to be a veteran owned small business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZONE) small business, small disadvantaged business, Women-Owned Small Business (WOSB), Economically Disadvantaged WOSB (EDWOSB), WOSB concern eligible under the WOSB Program, or an 8(a) program participant? If so, please list. 3. State your firm's name, address, DUNS or CAGE, and primary point of contact. 4. State your firm's current quote mark per contract quote mark construction bonding capacity. 5. State your firm's aggregate construction bonding capacity. 6. State your firm's currently available/ remaining bonding capacity. 7. Provide project details of current or completed work similar to the general scope of work listed above. A template quote mark project detail sheet quote mark is available for download with this posting for your use in providing project details. 8. State your level of interest in submitting a proposal as a prime contractor to the Federal Government based on the limited scope of work description above. RESPONSES: Please submit your information via email to Isaac J. Taylor, Contract Specialist, Isaac.J.Taylor@USACE.ARMY.MIL no later than 9:00 a.m. Central Daylight Time on June 22, 2015. You may also submit supplemental materials such as company brochures and literature. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRE METHOD FOR TRANSMITTING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-R-0014/listing.html)
- Place of Performance
- Address: Y12 NATIONAL SECURITY COMPLEX 301 BEAR CREEK ROAD OAK RIDGE TN
- Zip Code: 37381
- Zip Code: 37381
- Record
- SN03761288-W 20150613/150611235121-1d824b36fcd0bcb2c639deeb7e99ffdc (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 |