Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOURCES SOUGHT

Y -- Fort Polk Joint Operations Center

Notice Date
1/7/2020 12:52:48 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
W9126G20R0009
 
Response Due
1/20/2020 9:00:00 AM
 
Archive Date
02/04/2020
 
Point of Contact
Paige E Stone, Phone: 8178861124
 
E-Mail Address
paige.e.stone@usace.army.mil
(paige.e.stone@usace.army.mil)
 
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. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a project to construct a Joint Operations Center (JOC), Fort Polk, Louisiana. �Proposed project will be a competitive, firm-fixed price, Design Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and businesses are highly encouraged to participate. Statement of Work: The Government plans to construct a Joint Operations Center at Fort Polk, Louisiana to support the Joint Readiness Training Center (JRTC) Operations (OPS) group and its training mission. This project includes an operations center with simulation, training control, and planning space and a Sensitive Compartmented Information Facility (SCIF), administrative area divided into specified security zones, and Plans/EMC area. It incorporates loading dock/service areas, special foundations, building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, securitized fenestration systems, Access Control System (Electronic keycard) installation, Closed Circuit Television (CCTV) installation, and Energy Monitoring Control Systems (EMCS) connection. In accordance with DFARS Part 36, the estimated construction magnitude is between $25,000,000 and $100,000,000. The Estimated duration of the project is 730 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. Federal Supply Code (FSC) is Y1AZ. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, 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. �If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. 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. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Design Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about September 2020, and the estimated phase 1 proposal due date in October 2020. Award is anticipated in 2021. The official Synopsis citing the solicitation number will be issued on beta.SAM, www.beta.sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, and e-mail address. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 11:00 a.m. CST�20 January 2020 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Paige Stone, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: paige.e.stone@usace.army.mil John H. Rodgers, Contracting Officer Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: John.H.Rodgers@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/81de8cbb85cf40eb8e7deec89c9538e9/view)
 
Place of Performance
Address: Fort Polk, LA 71459, USA
Zip Code: 71459
Country: USA
 
Record
SN05528725-F 20200109/200107230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.