SOURCES SOUGHT
99 -- Pallet Building
- Notice Date
- 2/7/2020 6:25:09 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403 USA
- ZIP Code
- 28403
- Solicitation Number
- SF-00013-19
- Response Due
- 3/14/2020 11:00:00 AM
- Archive Date
- 03/29/2020
- Point of Contact
- Jere F. West, Phone: 9102514807, Fax: 9102514454, Jenifer Garland, Phone: 9102514314
- E-Mail Address
-
jere.f.west@usace.army.mil, jenifer.m.garland@usace.army.mil
(jere.f.west@usace.army.mil, jenifer.m.garland@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE FOR SF-00013-19 Pallet Building Fort Bragg, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct a pallet building.� The building will be pre-engineered metal building, approximately 3,000 sf, with metal wall panels on the back and sides of the building. The front of the building will be left open for the purpose of loading soldiers� gear prior to deployment into transport trucks from pallets laid out on the floor of the structure. Building is unconditioned but has lights, power outlets on columns, and high volume, low velocity fans. Eave height of building will be 20� with a single slope metal roof at 1:12 pitch. Floor will be concrete slab on grade. Furnishing will include Heavy Duty Warehouse shelving and a 10� X 10� lockable wire mesh cage. Contractor will provide and install step-down transformers and disconnect switch, conduit and conductors to the Ft Bragg utilities contractor, Sandhills Utility Service, transformer. Sandhills will make the tie-in to their transformer. � 11. Requirement: 1,800 SM (3,000 SF) Adequate: 0 SM In accordance with FARS 36.204(e) the magnitude of construction for this project will be between $500,000.00 and $1,000,000.00. All interested firms with 236220 as an approved NAICs code have until 14 March 2020 at 2:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. �Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. � - Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity to cover the limits of the magnitude of construction. - Evidence of capabilities to perform comparable work i.e., complex construction projects of similar size, scope and complexity on three (3) recent projects equal to or greater than $500,000.00 in value (not more than five (5) years old), projects equal to or greater than�1,500 square feet. - This project will be designed and constructed in accordance with Unified Facilities Criteria, DoD criteria, Installation Architectural Compatibility Plan, Army Regulations, and applicable U.S Federal Environmental Laws and Regulations. Secure spaces will be designed and built in conformance with UFC 4-010-05 (Compartmented Information Facilities Planning, Design, and Construction) and ICD/ICS 705. Antiterrorism/force protection measures will be included in accordance with current DoD criteria. The project�s site flood vulnerability determination has been accomplished by the installation and will be part of the project planning process; project site is located above the 100-year flood plain. Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Design-Bid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. � - Firm's capability to perform, to include geographic span and project size. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. � The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Attn: Jenifer Garland E-mail: � jenifer.m.garland@usace.army.mil Jere F. West Contracting Officer E-mail: jere.f.west@usace.army.mil The email should be entitled: PN 88658 SOF Operations Facility - Sources Sought_COMPANY NAME_. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f55847fd0114140b84566d2ea6ebb51/view)
- Place of Performance
- Address: Fayetteville, NC 28303, USA
- Zip Code: 28303
- Country: USA
- Zip Code: 28303
- Record
- SN05555069-F 20200209/200210120634 (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 |