SOURCES SOUGHT
Z -- AFLCMC-WAG B9201 PROJECT, TINKER AFB, OK
- Notice Date
- 1/31/2022 11:24:48 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV-22-S-0801
- Response Due
- 3/2/2022 12:00:00 PM
- Point of Contact
- Daniel K Jernigan, Phone: 918-669-7483, Rudolfo J. Morales Jr., Phone: 9186697275
- E-Mail Address
-
daniel.k.jernigan@usace.army.mil, rudolfo.morales@usace.army.mil
(daniel.k.jernigan@usace.army.mil, rudolfo.morales@usace.army.mil)
- Description
- SOURCES SOUGHT FOR AIR FORCE LIFE CYCLE MANAGEMENT CENTER, SPECIAL PROGRAMS OFFICE (AFLCMC/WAG) BUILDING 9201 PROJECT TINKER AIR FORCE BASE, OKLAHOMA 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 be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a contract for the construction of a fully-designed renovation project that is located within Building 9201 at Tinker AFB, Oklahoma.� The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. 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 (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: This project will be a single-phase design-bid-built project for Building 9201 at Tinker AFB, OK. Building 9201 was constructed in 1999 and is the former General Motors� vehicle paint facility that is a multi-level structure that is approximately 835,000 square feet.� Within Building 9201 is where the approximate 35,000 square footage ICD705-compliant LCMC facility is to be constructed.� This project is for the construction of a facility that includes offices, conference rooms, entry way, visitor control, restrooms, conference rooms, open office space and cubicles, break room, mechanical room, electrical room, communications room, sidewalks, general common areas and circulation space. ��This project also includes structural, mechanical, electrical, and fire suppression upgrades; in addition to demolition of abandoned General Motors paint equipment and its supporting equipment and structures. In accordance with DFARS 236.204, the estimated magnitude of construction for this project is between $10,000,000 and $25,000,000. Estimated duration of the construction phase of this project is 545 calendar days. The North American Industry Classification System code for this procurement is 236220, which has a small business size standard of $36.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% 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% subcontract amount that cannot be exceeded. 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. Anticipated solicitation issuance date is on or about 18 April 2022 and the estimated proposal due date will be on or about 18 May 2022. �The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms� responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address and business CAGE Code. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity. Include firm�s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 02 March 2022. All interested firms must be registered in SAM to be eligible for award of government contracts. �Mail, fax or email your response to MAJ Daniel K. Jernigan, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: daniel.k.jernigan@usace.army.mil. Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1f768842c664f1690efc593815b8a27/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN06229118-F 20220202/220131230110 (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 |