Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2024 SAM #8102
SOURCES SOUGHT

Y -- Renovate Bldgs. 730 & 731-Fort Leonard Wood, MO

Notice Date
1/31/2024 12:39:27 PM
 
Notice Type
Sources Sought
 
NAICS
23622 —
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ24R4050
 
Response Due
2/17/2024 10:30:00 AM
 
Archive Date
02/18/2024
 
Point of Contact
JESSE DANIEL, Phone: 8163893900, Michael G. France, Phone: 8163893320
 
E-Mail Address
jesse.e.daniel@usace.army.mil, michael.g.france@usace.army.mil
(jesse.e.daniel@usace.army.mil, michael.g.france@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a single contract to Renovate Buildings 730 and 731 at Fort Leonard Wood, MO. The Government proposes to issue a firm-fixed-price type design-bid-build (D-B-B) contract award for this project. THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS. The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities, and qualifications of small business firms to perform a firm-fixed-price D-B-B construction type contract of this magnitude and to determine if there is adequate competition to compete and successfully perform. The scope of this contract includes: The Scope of work is the repair of existing 1960�s era barracks to comply with current Army Standards for Basic Training/ One Station Unit Training Complexes. Scope includes repair of exterior building materials, roof replacement, HVAC, plumbing, electrical system replacements, fire alarm repairs, structural repairs, exterior work, hazmat abatement, and more. There will also be approx. 3600 sf of new construction to accommodate an entire company in one building and will include classrooms, storage, and admin spaces. The following is not an exhaustive list of required regulations that must be addressed and complied with: NFPA 101 Fire Protection, EISA 2007, Epact 2005, Executive Order (EO)13423 and 13514, LEED EB and other current Guiding Principles for High Performance and Sustainable Buildings including guidance detailed in the DoD Sustainable Buildings Policy, UFC 1-200- 02, and DODI 4170.11 ACQUISITION STRATEGY The Government anticipates a 1.5-year firm-fixed-price type contract for this project. The requirement will consist of all aspects of renovation as previously stated. This requirement will include complex construction scheduling to accommodate coordination with multiple privatized utilities. The anticipated award of this contract will be in the 4th quarter of FY24 and shall be complete within 1.5 years. The magnitude of this project is between $15,000,000 and $45,000,000. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include but are not limited to: Commercial and Institutional Building Construction 236220, and $45.0M. You are invited to respond to this source sought notification, with your response to include the following information: COVER LETTER: Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; Company Website Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 236220. If a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business. Assertion of Contractors interest in bidding on the solicitation when it is issued. SOURCES SOUGHT QUESTIONS: Prior Experience. Prior experience with construction of projects that have similar scope and magnitude. Provide examples with summaries of past performance on a minimum of (3) three projects renovating buildings similar to the scope of this contract identified above within the last (6) six years by including as much of the following information as possible: Dollar amount of the contract; Experience working with USACE and or the Federal Government. �Brief description of the technical requirements of that project; Description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a�subcontractor, identify subcontractor; Indication of how long the services took to complete from start to finish. Name, address, point of contact and phone number of customer organization for which the work was done. � � � � � �Contractor may submit examples of work done by a subcontractor if that subcontractor intends to� enter a letter of� � � � � � �committment with the contractor.� � � � �2. Join Venture information, if applicable - existing and potential.� � � � �3. Bonding Capability. Construction bonding level per contract and aggregate constructionbonding level, both expressed in � � � � � �dollars. The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives. Please respond by February 17, 2024 12:30 pm Kansas City, Missouri Local Time, with response limited to (5) five pages.� Send your response to Jesse Daniels via email, Jesse.E.Daniel@usace.army.mil, with a courtesy copy to Michael G. France at Michael.g.france@usace,army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3eaeb223c38f4d13912751a8e76449c2/view)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473, USA
Zip Code: 65473
Country: USA
 
Record
SN06951459-F 20240202/240131230052 (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.