SOURCES SOUGHT
Y -- KC-46A Fuel Maintenance Hangar Construction
- Notice Date
- 7/12/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV18R0047
- Archive Date
- 8/10/2018
- Point of Contact
- Julie S. Hill, Phone: 9186694980, Gene Snyman, Phone: 9186697010
- E-Mail Address
-
julie.s.hill@usace.army.mil, gene.snyman@usace.army.mil
(julie.s.hill@usace.army.mil, gene.snyman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and award a contract for the design-build construction of a KC-46A Fuel Maintenance Hangar at Tinker AFB. The proposed project will be a competitive, firm-fixed price, two phase design-build contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: This project will be a design-build construction project for an approximately 89,997 SF two high bay fuel/defuel aircraft maintenance docks, a plant equipment maintenance support facility and associated back shop, as well as administrative and facility support spaces. The project also includes site grading, storm drainage, aircraft parking apron, aircraft hangar dock access ramps and movement area, utility infrastructure systems, electrical, water, sewer, industrial waste, aircraft fueling system, communications, vehicle parking, curb and gutter, walks and all other supporting facilities. Passive force protection consists of fencing to isolate the hangars. Facilities will be designed as permanent construction in accordance with DoD unified facilities criteria UFC 1- 200-01. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria UFC 4-010-01. In accordance with DFARs Subpart 236.2, the estimated construction price range for this project is between $25,000,000 to $100,000,000. Estimated duration of the construction phase of this project is 630 calendar days. The North American Industry Classification System code for this procurement is 236220, which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for Phase 1 is on or about 14AUG2018 and the estimated proposal due date will be on or about 13SEP2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov), and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms' responses to this synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address and business CAGE Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity. Include firm's capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00PM, 26JUL2018. All interested firms must be registered in SAM to be eligible for award of government contracts. Mail, fax or email your response to Julie Hill, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Julie.S.Hill@usace.army.mil. Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0047/listing.html)
- Place of Performance
- Address: Tinker AFB, Oklahoma City, Oklahoma, 73145-8106, United States
- Zip Code: 73145-8106
- Zip Code: 73145-8106
- Record
- SN04989243-W 20180714/180712231120-fa2a82138add43b428ecc0d75c75df05 (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 |