SOURCES SOUGHT
Y -- B200 Construction Project
- Notice Date
- 12/7/2023 7:11:35 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- PANSWD24P000088
- Response Due
- 12/22/2023 12:00:00 PM
- Archive Date
- 01/06/2024
- Point of Contact
- Joseph Spear, Phone: 8174550304, Nicholas Johnston, Phone: 8178861006
- E-Mail Address
-
joseph.g.spear@usace.army.mil, nicholas.i.johnston@usace.army.mil
(joseph.g.spear@usace.army.mil, nicholas.i.johnston@usace.army.mil)
- Description
- This is a SOURCES SOUGHT for market research purposes for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. �No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a project to renovate and convert an approximately 61,000 SF hangar for F-16/F-35 use at Ebbing NGB, Fort Smith Arkansas. Anticipated project will be a competitive, firm-fixed price, two phase design build contract procured in accordance with FAR 15, Negotiated Procurement using �Best Value� trade- off process. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of all members of industry, to include the Small and Large Business Community. Small Businesses include the 8(a) Program, Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) and Service-Disabled Veteran- Owned Small Business (SDVOSB). All are highly encouraged to respond to ensure there is adequate competition. Project Scope: Building 200, an approximately 61,000 SF hanger, is in need of renovation, repair and abatement. Work will consist of: updating to current codes and standards to include ADA compliance, Roof repair, abate known asbestos, lead paint, and mastic, conversion of the existing PFOS/PFOA fire system to a water deluge system, and repair security systems to current requirements. In accordance with DFARS Part 236, the Magnitude of construction: $25,000,000 to $100,000,000; The Estimated duration of the project is 720 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45 Million, with the product and Service Code Y1BZ, Construction of Other Airfield Structures. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan to be eligible for award. Prior Government contract work is not required for submitting a response under this source 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 in or about June 2024, and the estimated proposal due date will be in or about September 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. Firms responding to this Sources Sought shall answers the 8 questions below. If answer is Not Applicable, type in the letters NA. 1.����������� Firm's name, address, point of contact, phone number, E-MAIL address, and UEI Number. 2.����������� Firm's interest in proposing on the solicitation. 3.����������� Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB. 4.����������� Firm's Joint Ventures (existing), including Mentor Protege and teaming arrangement information, if applicable. 5.����������� Firm's Bonding Capability (construction bonding level per contract, expressed in dollars). 6.����������� Company�s experience with two phase design build type contracts. 7.����������� Company�s experience with projects that have a similar scope as described above by providing a brief description of the projects including customer names and phone numbers, contract numbers (if applicable), and dollar values of the projects. 8. ���������� Company's capability to perform a contract that has a similar magnitude and complexity by providing a brief description of at least (3) projects including customer names and phone numbers, contract numbers (if applicable) and dollar values of the projects. This announcement and all information will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment (PIEE) and Offerors must be active in System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. Proposals cannot be submitted via PIEE (or accepted by alternate means) until the SAM registration is complete. NIST GUIDANCE: Please NOTE this solicitation will require offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to award of this solicitation. SPRS is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1)), DFARS 204.7304(e), DFARS 252.204-7020) and (DoDI 5000.79). This requirement became effective 23 March 2023. Interested Firm's shall respond to this Sources Sought no later than 2:00 P.M.(Central Daylight Savings Time), 22 December 2023. Email your response to Contract Specialist, Joseph Spear at EMAIL joseph.g.spear@usace.army.mil with a courtesy copy to the Contracting Officer, Nicholas Johnston at EMAIL Nicholas.I.Johnston@usace.army.mil. EMAIL is the ONLY METHOD to submit your answers to this sources sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c469c2ef0dc04accbab82073fb834d53/view)
- Place of Performance
- Address: Fort Smith, AR 72903, USA
- Zip Code: 72903
- Country: USA
- Zip Code: 72903
- Record
- SN06906304-F 20231209/231207230051 (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 |