Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2024 SAM #8093
SOURCES SOUGHT

Y -- Barksdale AFB Repair B6413

Notice Date
1/22/2024 1:00:52 PM
 
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
W9126G25R0Z5Q
 
Response Due
2/5/2024 12:00:00 PM
 
Archive Date
02/20/2024
 
Point of Contact
Bijay Gurung, Phone: 8178861018, Terry Hardin, Phone: 8178861068
 
E-Mail Address
bijay.gurung@usace.army.mil, terry.hardin@usace.army.mil
(bijay.gurung@usace.army.mil, terry.hardin@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 Barksdale AFB Repair B6413, renovation and construction project, in Barksdale Air Force Base, Louisiana. This project intends to convert approximately 14,000 sq.ft. of Hangar space to SCIF (Sensitive compartmented information facility), SAP (Special Access Program), and open storage space, located at Barksdale, AFB, Louisiana, B6413 Hangar. This project will build out approximately 14,000 sq.ft. and floor plate and other features (mech room, restroom, com stub ups). This facility is listed as in a historical district, and any exterior alterations will require SHPO consult approval. The scope of work will require knowledge and experience with Architectural, Fire Protection, Plumbing, Mechanical, Electrical, Telecommunications, Access control, Audio/Visual, STC- rated walls and doors, Sound testing practices, ICD/ICS 705, and Structural. Project will construct various open and private office configurations including several conferences, meeting, planning, training, storage restrooms, breakrooms, server rooms, and briefing rooms. Project also included demolition of existing CMU storage room built inside hangar space. Network requirements for this project are NIPR, SIPR, JWICS, SAP. Sound testing post construction for accreditation process will be required. Any room that has audio equipment for presentation or teleconferencing is classified as �Sound Group 4� and will require higher STC ratings, per ICD 705. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Businesses, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among responsible contractors. The Government is seeking qualified, experienced sources capable of constructing the above referenced work. In accordance with DFAR Part 236, the construction magnitude is between $10,000,000 - $25,000,000. The Estimated duration of the project is 550 calendar days. The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $39.5 Million. Small Businesses are reminded that FAR clause FAR 52.219-14 � Limitations on Subcontracting will be applicable to this contract. Anticipated solicitation issuance date is on or about September 20, 2024, and the estimated proposal due date will be on or about October 19, 2024. Firms responding to this Sources Sought shall answers the 6 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, UEI Number, and Cage Code. 2. Firm's interest in bidding on the solicitation when it is issued. 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 capability to perform a contract of this magnitude, scope, and complexity by providing a brief description of up to three projects including customer names and phone numbers, timeliness of performance, and dollar values of the projects. Interested Firm's shall respond to this Sources Sought no later than 2:00 P.M.(Central Time), February 5, 2024. Email your response to Contract Specialist, Bijay Gurung and Contracting Officer, Terry Hardin at EMAIL addresses: Bijay.gurung@usace.army.mil and Terry.hardin@usace.army.mil. EMAIL is the ONLY METHOD to submit your answers to this source sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc717beadaf64b8d96eb9e3ae86ef2d6/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN06941828-F 20240124/240122230046 (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.