SOURCES SOUGHT
Y -- FIRE RESCURE CENTER, ALTUS AFB
- Notice Date
- 7/13/2018
- 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
- W912BV18CFRAB
- Archive Date
- 8/11/2018
- Point of Contact
- Bruce E. Hayes, Phone: 9186697277, Brian Hutchison, Phone: 9186697426
- E-Mail Address
-
Bruce.E.Hayes@usace.army.mil, brian.c.hutchison@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, brian.c.hutchison@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For FIRE RESCURE CENTER, ALTUS AFB 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 may or may not be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and potentially award a Fire Rescue Center, Altus AFB Oklahoma 73521-73523. Proposed project will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using two-step 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), or Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources (both large & small) capable of performing the following proposed construction: Construct fire rescue center including reinforced concrete foundation and floors, masonry walls and roof system. Includes a minimum of six drive-through vehicle bays, emergency communication center (ECC), training facilities, living quarters with sleeping quarters for a minimum of eighteen personnel, recreation/dining, administration, maintenance, repair, storage, and support areas. Demolish buildings 288, 267 and Bldg. 504 (2,229 SM). Facilities will be designed as permanent construction in accordance with the DOD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DOD Antiterrorism/force protection requirements per UFC 4-010-01. Additionally: • Air Conditioning: 100 Tons • Includes an Emergency Communications Center; experience w similar scope is required • Cybersecurity requirements for Direct Digital Control; documented experience is required In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000 Estimated duration of the project is 730 calendar days. The North American Industry Classification System (NAICS) code for this procurement is 236220 "Commercial and Institutional Building Construction" 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 is on or about FEB2019, and the estimated proposal due date will be on or about JUL2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firm's response 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: 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 IMPORTANT NOTE SPECIFIC TO THIS OPPORTUNITY: Following evaluation of sources sought responses, qualified firms will be requested to attend a solicitation partnering meeting in Tulsa. Date TBD. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 27 July 2018. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Bruce.E.Hayes@usace.army.mil & Eugene.Snyman@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18CFRAB/listing.html)
- Place of Performance
- Address: Altus AFB, Altus, Oklahoma, 73521, United States
- Zip Code: 73521
- Zip Code: 73521
- Record
- SN04991878-W 20180715/180713231142-8568535e87c67d2352cc6aa7b48c7912 (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 |