SOURCES SOUGHT
99 -- Construction of AIT Phase IV, Battalion and Brigade HQ Buildings, JBE-Eustis, VA
- Notice Date
- 12/9/2022 6:19:44 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123623S2010
- Response Due
- 1/5/2023 10:00:00 AM
- Point of Contact
- Amy Herrera Coody, Phone: 7572017883, Nicholas Lizotte, Phone: 7572017310
- E-Mail Address
-
amy.h.coody@usace.army.mil, nicholas.lizotte@usace.army.mil
(amy.h.coody@usace.army.mil, nicholas.lizotte@usace.army.mil)
- Description
- SOURCES SOUGHT Construction of AIT Phase IV, Battalion and Brigade HQ Buildings, JBE-Eustis, VA This is a sources sought notice only; it is not a request for competitive proposals.� There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project.� NO AWARD will be made from this Sources Sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE REGARDLESS OF BUSINESS SIZE UNDER THE NAICS CODE 236220. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the AIT� Complex, Phase IV � Battalion/Brigade Headquarters Buildings Project at Fort Eustis, Virginia.� The work will include construction of a standard design Battalion Headquarters Building (10,900 SF) and a standard design Brigade Headquarters Building (9,450 SF), both being single story facilities.� Construction includes:� special foundation, fire protection and alarm systems and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage, and site improvements.� Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. The project will provide a building that will be safe to personnel, protect mission critical assets and comply with current design criteria and all applicable codes.� All utility connection work required by the contract documents will need to be coordinated with the Privatized Utility Providers at JBLE-Eustis.� The anticipated Contract Completion Date is 540 calendar days after Notice to Proceed. The Contracting Officer has classified this requirement as Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 236220, with a small business size standard of $39.5 million.� In accordance with DFARS 236.204(i) the magnitude of construction for this project is between $10,000,000.00 and $25,000,000.00. Contractors will be required to submit bonding documents prior to award.� Bonding documents are not required for this Sources Sought. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey. Response Requirements: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3.� Offeror�s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business.� Narratives shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. Description of Experience � Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed The order of magnitude for this effort is estimated between $10,000,000.00 and $25,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought Announcement. This Sources Sought Announcement is not a request for competitive proposals. Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists and solicitation requests will not be acknowledged.� USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries.� All questions and correspondence shall be directed via email to Amy Herrera Coody at Amy.H.Coody@usace.army.mil and a copy to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil. Responses: All responses to this announcement may be sent electronically to Amy Herrera Coody at Amy.H.Coody@usace.army.mil and Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil no later than 1:00 p.m. EST, 05 January 2023.� Primary Point of Contact: Amy Herrera Coody Contract Specialist Amy.H.Coody@usace.army.mil O: 757-201-7883 F: 757-201-7183 USACE District, Norfolk Secondary Point of Contact: Nicholas Lizotte Contracting Officer Nicholas.lizotte@usace.army.mil O: 757-201-7310 F: 757-201-7183 USACE District, Norfolk
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb772e04c1084e67a3302706ed795d9e/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Record
- SN06540524-F 20221211/221213085136 (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 |