SOURCES SOUGHT
99 -- PN 72426 Military Working Dog Facility
- Notice Date
- 2/24/2020 7:09:07 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
- W912PM20R0012
- Response Due
- 3/9/2020 11:00:00 AM
- Archive Date
- 03/24/2020
- Point of Contact
- Michael M. Mullen, Phone: 9102514710, Amy A Jenkins, Phone: 9102514804
- E-Mail Address
-
Michael.M.Mullen@usace.army.mil, amy.a.jenkins@usace.army.mil
(Michael.M.Mullen@usace.army.mil, amy.a.jenkins@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE FOR W912PM20R0012 PN 72426 SOF �Military Working Dog Facility 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 an SOF Military Working Dog Facility.� The scope of work includes:� Construct a Military Working Dog Kennel at Fort Bragg, NC. The project includes 48 kennels, a veterinary clinic, surgery rooms, educational spaces, including a classroom, and an administrative area including office space for a permanent party cadre. The veterinary clinic includes three distinct areas: surgical space, radiological space, and a pharmacy. The facility will house a total of 48 kennels, which will include: 42 standard kennels and 6 kennels used for isolation of the military working dogs. An existing obstacle course and exercise yard will be shared to serve this projects mission. A portion of the existing obstacle course will be relocated, as it is currently on the site for the new kennel project. The kennels, isolation kennels, veterinary clinic, and administrative space will require dedicated HVAC units. Sound suppression will be provided in the kennel areas. Organizational parking will require six spaces for a truck and trailer as well as eight spaces for a training fleet of sedans and/or sport utility vehicles. Non-organizational parking will require 15 spaces. Provide fire suppression, fire alarm, mass notification, and security measures. Install cybersecurity measures including identity assurance of and operational resilience to fire life safety systems, building automation (EMCS/UEMCS) systems, and electronic access control systems, integrated commercial intrusion detection security systems (CCTV, IDS), cable TV, a protected distribution system, and connection to the energy management control system. Provide sustainability/energy measures and building information systems. Access for individuals with disabilities will be provided. Furnishings and equipment, comprehensive interior design, electronic security systems, and audio visual services are included. Department of Defense principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Demolish 2 modular buildings at Fort Bragg, NC (3,352 SF Total SF). Air Conditioning (Estimated 95 Tons). Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope, and integrated building systems performance. In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00. All interested firms with 236220 as an approved NAICs code have until 9 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 - Firms shall provide evidence of bonding capability for both single and aggregate bonding programs by means of a letter from a Surety Company.� This correspondence should explicitly state the firms authorized bonding program in addition to documenting the firm�s capacity on current contracts and/or task orders. Submittals including what a Surety can provide does not meet the requirement of what a firm can receive as a bonding instrument.��� - Evidence of capabilities to perform comparable work i.e., complex construction projects of similar size, scope and complexity on three (3) and no more than five (5) recent projects that are: Equal to or greater than $8,000,000.00 in value (not more than six (6) years old) Projects equal to or greater than 15,000 square feet One (1) project shall include construction of a human or animal medical facility such as a clinic, hospital, veterinary clinic, zoo clinic, etc. �One (1) project shall include construction of a multi-story steel-framed building. 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: Michael Mullen & Amy Jenkins E-mail: � michael.m.mullen@usace.army.mil ��������������� amy.a.jenkins@usace.army.mil ��������������� SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: PN 72426 SOF Military Working Dog 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/e8f943b7896c42f9bd91ab39fca2b3ec/view)
- Place of Performance
- Address: Fort Bragg, NC, USA
- Country: USA
- Country: USA
- Record
- SN05571229-F 20200226/200224230144 (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 |