SOURCES SOUGHT
Y -- LR Air Force Base Fuselage Training Facility Design-Build Project
- Notice Date
- 2/12/2020 11:03:34 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
- ZIP Code
- 72201-3225
- Solicitation Number
- W9127S20R6011
- Response Due
- 2/26/2020 10:00:00 AM
- Archive Date
- 03/12/2020
- Point of Contact
- Timothy Pighee, Phone: 5013401270, Marcus D. Mitchell, Phone: 5013401253
- E-Mail Address
-
Timothy.A.Pighee@usace.army.mil, marcus.d.mitchell@usace.army.mil
(Timothy.A.Pighee@usace.army.mil, marcus.d.mitchell@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. Respondents will not be notified of the results of the evaluation. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry to include Small Business (SB) firms primarily under North American Industry Classification System code (NAICS) 236220 Commercial and Institutional Building Construction which has a small business size standard of $39.5M. Project Description This project will entail the award of a Design-Build (DB) contract to provide a new/dedicated building to house a seven (7) high-bay, Fuselage Training Facility (FuT) to accommodate the C-130 H/J series training mission at the Little Rock Air Force Base (LRAFB). Currently, the LRAFB does not have a training facility which will provide continued support of the C-130H/J series training mission and its expansion due to C-130 force structure actions. Due to the necessary increases required for aircrew production and initiatives to eliminate use of aircraft as ground trainers, additional classroom space and offices are required to meet the expansion of the training program. Specifically, the new facility will house three (3) high-bay C-130H model FuTs, four (4) high-bay C-130J FuTs, cargo training (with night vision capabilities) and associated K-loader equipment storage requirements, classrooms, briefing rooms, secure rooms, offices, restrooms, storage, communication equipment room, electrical/mechanical rooms, and general circulation. New site improvements will include access roads, parking lots, and utilities. In accordance with FAR 36/DFARS 236 the estimated construction range for this project is: Between $25,000,000.00 and $100,000,000.00 Estimated Size: 128,500 SF Estimated Schedule Dates - Advertise: April 2020 - Design-Build Award: August 2020 - Anticipated Contract Completion: February 2023 Estimated duration of this project is 882 calendar days. Small Businesses & 8(a) participants are reminded under FAR 52.219-14, Limitations on Subcontracting, DOD will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded� for general construction-type procurement. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. 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. Firm's response to this Synopsis shall be limited to 7 pages and shall include the following information: Firm's name, address, DUNS#, point of contact, phone number, and e-mail address. � Firm's capability to perform a contract of this magnitude and complexity � Describe past experience in Design-Build Projects in excess of $20,000,000 and identify your firm�s role in that endeavor (Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. � Describe your experience working on USACE Projects � Describe your experience working on Air Force Bases or other military installations � Firm's Business Size - LB, SB, 8(a), HUBZone, and SDVOSB � Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information if applicable. � Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than February 26, 2020, by 12:00 pm Central Time. All interested firms must be registered in System for Award Management (SAM). Email your response to Timothy Pighee at Timothy.A.Pighee@usace.army.mil. Please include CAPABILITY STATEMENT LRAFB FUSELAGE in the subject line.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9014833859164a58b8dbb191292bba8c/view)
- Place of Performance
- Address: AR, USA
- Country: USA
- Country: USA
- Record
- SN05561393-F 20200214/200212230159 (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 |