Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOURCES SOUGHT

99 -- Federal Facility Plant Projects, Kansas City Metro Area, Missouri

Notice Date
5/1/2020 7:59:32 AM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-20-SS-6100
 
Response Due
5/14/2020 11:00:00 AM
 
Archive Date
05/29/2020
 
Point of Contact
Jay B. Denker, Phone: 8163893934, David J. Walsh, Phone: 8163893352
 
E-Mail Address
Jay.B.Denker@usace.army.mil, david.j.walsh@usace.army.mil
(Jay.B.Denker@usace.army.mil, david.j.walsh@usace.army.mil)
 
Description
The following is a Sources Sought Notice.� The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 236210 (Industrial Building Construction).� This announcement is for market research information only and is to be used for preliminary planning purposes.� No proposals are being requested and none will be accepted in response to this notice.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition or project approach.� The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice The U.S. Army Corps of Engineers, Kansas City District (USACE) seeks qualified firms interested and capable of design build construction for the following projects to support the Army�s Modernization Program. The proposed procurements will be a Design-Build competitive, firm fixed price construction contracts that results in the �Best Value� to the Government. The projects include the design and construction of the following new facilities: Project #1 - WAREHOUSE The project includes the design and construction of a new semi-automated shipping and receiving warehouse facility in the Kansas City, MO metro area. The facility is estimated to be approximately 525,000 sf to manage incoming and outgoing materials and equipment at a Federal facility.�� D-B Team Requirements D-B experience on facilities over 400,000 SF Developing Explosive Safety Site Plans and obtaining approvals through government explosive safety boards (can be satisfied with specialized subcontractors) Warehousing/logistics design� DoD cybersecurity Design of classified storage Design personnel with Secret Clearance In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is: Between $100,000,000 and $250,000,000 requires single project bonding to at least $200M. Project #2 - INDOOR BALLISTICS TEST RANGE The project includes the design and construction of a new small caliber indoor ballistics testing range at a Federal facility in the Kansas City, MO metro area.� Facility size is estimated to be between 70,000 and 80,000 SF and will support various small caliber testing operations, material staging areas, and provide for appropriate safety and controls. D-B Team Requirements: D-B experience on facilities of similar size Small Caliber Ballistics Indoor Range design experience (can be satisfied with specialized subcontractors) Developing Explosive Safety Site Plans and obtaining approvals through government explosive safety boards (can be satisfied with specialized subcontractors) Design of Classified areas DoD Cybersecurity Air emissions exhaust/control system design, and permitting support In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000 requires single project bonding to at least $95M. Project #3 - METAL PARTS FACILITY The project includes the design and construction of a new metal parts manufacturing building at a Federal facility in the Kansas City, MO metro area.� Facility size is estimated to be between 100,000 and 125,000 SF and will support various metal forming and fabrication operations. D-B Team Requirements: D-B experience on facilities of similar size DoD Cybersecurity In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000 requires single project bonding to at least $95M. Project #4 - CONTAMINATED WASTE TREATMENT FACILITY The project includes the design and construction of a hazardous and non-hazardous waste treatment building at a Federal facility in the Kansas City, MO metro area.� The new facility will be part of an existing wastewater treatment complex and will include an area for disassembly and decontamination of equipment, waste collection/ treatment/ neutralization processes, incoming and outgoing material staging areas (indoor and covered outdoor areas), and support offices. This facility will tie into existing waste treatment facilities within the complex, which will require upgrades to existing equipment and additional capability for plant expansion.�� Air emissions controls equipment and permitting support will also be required for this project. D-B Team Requirements D-B experience for hazardous and non-hazardous waste treatment facilities including waste treatment processes for explosive and non-explosive constituents. Developing Explosive Safety Site Plans and obtaining approvals through government explosive safety boards (can be satisfied with specialized subcontractors) Design and installation of air emissions control equipment and permitting DoD Cybersecurity Waste Treatment Plant Commissioning In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000 requires single project bonding to at least $95M. 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. Prior Government contract work is not required for submitting a response under this sources sought notice. Firm�s response to this Notice shall be limited to 10 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. The Point of contact for further communications. 2.� Firm�s interest in submitting a proposal for the solicitation when it is issued. 3.� Firm�s Business Size (e.g. large business, small business, 8(a), HUBZone, SDVOSB). 4.� Please identify which project or projects your firm is interested in.� If you firm is interested in more than one project, please explain the capabilities and capacity to successfully perform more than one project at the same time.� 5.� Firm�s capability to perform a contract of this magnitude and complexity.� Provide at least 2- 3 recent relevant/comparable projects completed within the past 8 years that demonstrate the Firm�s �capability to execute design-build construction projects comparable to that required for this projects, Include a brief description of the project and how it is comparable to the work required for these projects, customer name and contact information, timeliness of performance with respect to the contract schedule, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, etc), delivery method (Design-Bid-Build, Design-Build, etc) and dollar value of each project. 6.� At this time the Governments intent is to execute these projects in a sequential, overlapping approach.� Would industry prefer to see these projects developed, and solicitated on an individual basis, or would industry be in favor of a site specific MATOC pool to execute these projects.� Please explain including pros and cons of each method.� Would you recommend another approach? 7.� Identify experience working on a security-controlled site. 8. Firm�s proposed partnership to execute the work, if applicable.� Identify if, based upon the scope of this project, you would form a joint venture to execute this work.� Provide Joint Venture information, if applicable, including DUNS number and CAGE code.� 9. Firm�s bonding capability to cover the magnitude range listed above (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).� Include any concerns associated with providing performance and payment bond for the projected contract value identified. 10.� Would your firm be interested in providing additional input to the Government regarding this project and the potential acquisition approach?� If so what would be your preferred method, conference call, face-to-face, WebEx meeting? Interested Firms shall respond to this Sources Sought Notice no later than May 14, 2020 at 1:00 pm, local Kansas City time.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Email your response to Jay Denker at Jay.B.Denker@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/537b6ae73ee14ffbbc880e2676c0f5e1/view)
 
Place of Performance
Address: Kansas City, MO, USA
Country: USA
 
Record
SN05643442-F 20200503/200501230145 (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.