SOURCES SOUGHT
Y -- Propulsion Systems Laboratory
- Notice Date
- 5/1/2023 9:02:10 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127823R0072
- Response Due
- 5/16/2023 12:00:00 PM
- Archive Date
- 05/17/2023
- Point of Contact
- Jillian Saffle, Kenneth Harlan
- E-Mail Address
-
jillian.e.saffle@usace.army.mil, Kenneth.P.Harlan@usace.army.mil
(jillian.e.saffle@usace.army.mil, Kenneth.P.Harlan@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for a U.S. Army Corps of Engineers (USACE) customer at Redstone Arsenal, AL. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small and Large Business firms interested in a potential procurement of construction services at Redstone Arsenal, AL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates construction of a Propulsion Systems Laboratory consisting of modernization and expansion of existing facilities and construction of new stand-alone facilities to support Research, Development, Test, and Evaluation RDT&E of propulsion systems and energetic propellants. Project includes the following: modernization of thirteen existing facilities (63,203SF), new facility for six new propellant mixing bays (4,673SF); water proofing of existing Earth Covered Magazines; new Maintenance Storage Facility (5,000SF); new Control Building (1,800SF); two new Data Acquisition Buildings (450SF EA); new Conditioning Building (600SF); new Rocket Motor Assembly Building (1,500SF); three new Inert Storage Buildings (1,200SF EA); and new Large Rocket Motor Segmenting/ Disassembly Facility (4,800SF). Work includes building information systems, fire protection and alarm systems, mass notification, access control, intrusion detection, energy monitoring and control systems, sustainability, and energy enhancement measures. Supporting facilities include site development, grading, parking, utilities, lighting, paving, walks, curbs, storm drainage, landscaping, signage, physical security, and AT/FP. Demolition of existing facilities will be required. The cost of construction is expected to range $25 million - $100 million. Proposed construction duration of 720 calendar days. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last nine (9) years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). As this project is anticipated to exceed $35M, in accordance with the executive order on Project Labor Agreements please provide the following information: The anticipated impacts to schedule and cost as a result of a Project Labor Agreement being mandatory. If a Project Labor Agreement is mandated on this project, would your company submit an offer when the solicitation is issued? NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: Contact Specialist Jillian.E.Saffle@usace.army.mil and Contracting Officer Kenneth.P.Harlan@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than May 16, 2023. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a04ed193bf0f4b0bafb75ad61744dc2f/view)
- Place of Performance
- Address: Huntsville, AL 35805, USA
- Zip Code: 35805
- Country: USA
- Zip Code: 35805
- Record
- SN06667945-F 20230503/230501230115 (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 |