SOURCES SOUGHT
Y -- T-7A Ground Based Training System (GBTS), Laughlin AFB, TX
- Notice Date
- 5/8/2023 3:00:29 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G25R0001
- Response Due
- 5/16/2023 9:00:00 AM
- Point of Contact
- Stella Morales, Phone: 8178861074, Nicholas Johnston, Phone: 8178861006
- E-Mail Address
-
stella.i.morales@usace.army.mil, nicholas.i.johnston@usace.army.mil
(stella.i.morales@usace.army.mil, nicholas.i.johnston@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a project for T-7A Ground Based Training System (GBTS), located on Laughlin AFB, TX.� �Proposed project will be a competitive, firm-fixed price, Design Bid Build contract, procured in accordance with FAR 15, Negotiated Procurement using �Best Value� trade-off process. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. 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 all Small Business Communities: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), 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 business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. Project Scope: REPAIR:� Construct a facility for housing a ground-based training simulator system, which consists of: simulators, training devices, computer-based training systems, and academics. The facility will utilize conventional design and construction methods to accommodate the mission of the Bases� student pilot training. The construction includes a one-story steel framed structure with a slab-on-grade reinforced concrete foundation, brick and insulated metal panel exterior walls. The roof consists of either standing seam metal or lowslope. Areas should include administration offices with supporting functions, classrooms, brief/debrief rooms, and storage space for T-7A pilot flight simulator training. Additionally, high-bay simulator bays are needed to accommodate the appropriate clearances for the two Aircrew Training Device (ATD) categories: Operational Flight Trainer (OFT) and Unit Training Device (UTD). Supporting facilities include all utilities, site improvements, pavements, and communications necessary to make a complete and useable facility. Privatized utility connection fees are included in their respective supporting facilities line item for electrical. The area communications network will need to be upgraded to support the new flight simulator and associated equipment. In accordance with DFARS Part 236, the construction magnitude is between $25,000,000 - $100,000,000. The estimated duration of the project is 850 calendar days. The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $45.0 Million. The Product Service Code is Y1GZ � Construction of Other Warehouse Buildings Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. 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. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1- 1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about August 2024 and the estimated proposal due date will be on or about October 2024. The official Synopsis citing the solicitation number will be issued via SAM.GOV website at https://sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.� Firm�s response 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, and e-mail address. 2. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, and dollar value of the project - provide at least three examples. At least one example shall show SCIF Construction Experience. 4. Firm's Size: Small business category and business size, (SB, 8A, HUBZone, SDVOSB, and WOSB) 5. Firm's Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 11:00 a.m. CST, Tuesday 16 May 2023 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Ms. Stella Morales at stella.i.morales@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/426c58c0fb4c44dfb585798eee299f43/view)
- Place of Performance
- Address: Laughlin AFB, TX 78843, USA
- Zip Code: 78843
- Country: USA
- Zip Code: 78843
- Record
- SN06675532-F 20230510/230509121210 (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 |