SOURCES SOUGHT
Y -- Working Dog Treatment Facility at Eglin AFB, FL
- Notice Date
- 9/19/2023 1:02:20 PM
- 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
- W9127823R0154
- Response Due
- 10/4/2023 12:00:00 PM
- Archive Date
- 10/19/2023
- Point of Contact
- ARIEL CHAMBERLAIN, Phone: 2516902473, Kenneth Harlan, Phone: 2516943763
- E-Mail Address
-
ariel.s.chamberlain@usace.army.mil, Kenneth.P.Harlan@usace.army.mil
(ariel.s.chamberlain@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 USACE customer at Eglin AFB, FL. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Eglin AFB, FL. 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 design and construction of approximately 5,500 sf replacement Working Dog Treatment Facility supporting military working dogs. �The replacement Working Dog Treatment Facility will provide complete, preventive, diagnostic, dental and surgical care for Military Working Dogs (MWD). With clinical flow to accommodate modern veterinary practices. Supporting facilities include utilities, site improvements, parking, signage, antiterrorism force protection measures, demolition, and environmental protection measures. The project will be designed in accordance with American Animal Hospital Association Guidelines, Unified Facilities Criteria (UFC) 4-510-01 Design: Military Medical Facilities, Department of Defense (DoD) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. The estimated price range is $5-8 million. Proposed construction duration of 550 calendar days. Sources being sought are 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 eight 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). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: ariel.s.chamberlain@usace.army.mil� and 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 October 4, 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/84ef7d1d34a344ae81cf66c803ce8052/view)
- Place of Performance
- Address: Eglin AFB, FL, USA
- Country: USA
- Country: USA
- Record
- SN06837731-F 20230921/230919230058 (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 |