Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2023 SAM #7942
SOURCES SOUGHT

C -- New Lock Control Building and Associated Upgrades at Ortona Lock and Dam

Notice Date
8/24/2023 12:04:14 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP23Z0048
 
Response Due
8/31/2023 7:00:00 AM
 
Archive Date
09/15/2023
 
Point of Contact
Chad Manson, Phone: 9042323420, William Wallace
 
E-Mail Address
chad.manson@usace.army.mil, William.J.Wallace@usace.army.mil
(chad.manson@usace.army.mil, William.J.Wallace@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Notice W912EP23Z0048 This announcement constitutes a Source Sought Notice.� This announcement seeks information from industry and will only be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE.� Respondents will not be notified of the results of the evaluation.� The U.S. Army Corps of Engineers, Jacksonville District is issuing this source sought notice as a means of conducting market research to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. This requirement is for the potential fiscal year (FY) 2024 award of the two phase design build construction New Lock Control Building and Associated Upgrades at Ortona Lock and Dam, Ortona Lock, 1217 Lock Lane, Moore Haven, Florida, Glades County. There is no solicitation currently. �This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract.� The Jacksonville District anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requested. Project Description: The Jacksonville District will award, administer and manage the contract for the New Lock Control Building and Associated Upgrades at Ortona Lock and Dam, Ortona Lock, 1217 Lock Lane, Moore Haven, Florida, Glades County. The project objective is to design and construct a new high performance sustainable building that serves as a lock and spillway control building for Ortona Lock and Dam. This new building (approx. net conditioned SF 1,343 SF including garage) is intended to house equipment in the future that controls operation of the lock and dam. Work under this contract also includes a radio tower and antenna system for marine communication. The overarching building code is UFC 1-200-01 which has modifications and provisions to the International Building Code, however this building must also be designed as a High Performance Sustainable Building per UFC 1- 200-02, in particular Chapter 2. The building must be structurally and architecturally designed as a hurricane storm shelter in accordance with ICC 500 Chapter 3. The structure including all openings must be inherently missile impact resistant without any additional protection required to be installed by the user, such as shutters. Optional work includes conduit runs to be designed and installed around the lock to the control center within this building, to support future installation of a new control system under a separate contract. Other optional work includes demolition of the existing control house after occupancy of the new control house. Design Work includes, but is not limited to, calculations, plans, and specifications. Include in the design proper phasing of all activities coordination among disciplines, and removal of existing conditions to include utilities and occupants of the affected areas. Contractor to take into consideration that the existing structure will remain occupied during construction of new structure and phase demolition accordingly. Design must be signed and sealed by a Registered Professional Architect, Registered Professional Engineer, or other Registered Professional, registered in the state of Florida for the discipline of work required. Design must be in accordance with applicable design standards. Construction Work includes, but is not limited to, designing and constructing a new lock control building, optional demolition of the existing lock control building, as well as the optional conduit routing across the lock for future upgrades. Specific Project Challenges: The work will be performed at Ortona Lock and Dam, Ortona Lock, 1217 Lock Lane, Moore Haven, Florida, Glades County. Specific project challenges include but are not limited to: Ensuring that construction loads and other loads are minimized so as to not affect the lock chamber wall or associated steel tie-backs (tie-backs extend 50� back from the lock chamber wall line). Maintaining operation of the lock and dam, including the existing lockhouse, during design and construction, and minimizing any downtime. Temporary utility services may be required to maintain Operations. Ensuring that the new lockhouse structurally and architecturally functions as a hurricane shelter per ICC 500. Verifying existing utilities, and accommodating utility relocation and configuration due to the new lockhouse structure�s footprint. Adequate scheduling and planning of construction with respect to the hurricane season. Ability to establish and retain the necessary subcontractors upfront prior to design and construction to ensure that the agreed upon schedule is met. Ability to effectively communicate with the Government and maintain a project schedule. The contractor must be able to provide as-builts of the finished work acceptable to the Government. It is the intent of the Government to issue a solicitation and subsequently award a Contract through the utilization of an 100% Small Business set-aside procurement method. The Estimated Magnitude of construction is between $1,000,000.00 and $5,000,000.00. The estimated period of performance is 686 calendar days from receipt of the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard for this project is $45 million. 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, website, and email address. 2.� Firm�s interest in submitting a proposal on the solicitation when advertised. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 10 years from the date of this Sources Sought.� Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that include, but are not limited to: (1) vertical construction projects (preferably design-build), that are similar in nature, magnitude, and complexity to the work described in this solicitation (2) high-performance �green� buildings, (3) storm shelter design per ICC 500, (4) using materials included but not limited to concrete, concrete masonry units (CMU), structural steel; and structural systems included but not limited to grouted reinforced masonry walls, steel joists/metal deck, and shallow foundation systems (5) civil site design, construction, and improvements. Familiarity and experience with DoD projects and standards, and United Facilities Criteria and Specifications is preferred, but not a must, if the Firm can demonstrate substantial design and construction experience in items (1) thru (5) above. 4.� Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB WOSB HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.� 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information, if applicable � existing and potential. 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Synopsis by no later than August 31, 2023 at 10:00PM, EST. All responses under this Sources Sought shall be sent to Mr. Chad Manson via email at chad.d.manson@usace.army.mil and Mr. William Wallace at william.j.wallace@usace.army.mil.� Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2fabbe81cad47a98ca38fb014c281e9/view)
 
Place of Performance
Address: Moore Haven, FL 33471, USA
Zip Code: 33471
Country: USA
 
Record
SN06806623-F 20230826/230824230102 (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.