SOURCES SOUGHT
Y -- LAFB West Aircraft Apron Fire Pump Station
- Notice Date
- 2/6/2024 12:59:14 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W91232624S2017
- Response Due
- 2/22/2024 11:00:00 AM
- Archive Date
- 03/08/2024
- Point of Contact
- Katelyn Vance, Phone: 7572017124, Michael Hagerty, Phone: 7572017303
- E-Mail Address
-
katelyn.vance@usace.army.mil, michael.hagerty@usace.army.mil
(katelyn.vance@usace.army.mil, michael.hagerty@usace.army.mil)
- Description
- This is a Sources Sought Notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice.� The Government intends to use responses to this notice to make appropriate acquisition decisions for the project.� NO AWARD will be made from this Sources Sought Notice. Interested, capable, and qualified businesses are encouraged to reply to this Sources Sought Notice. RESPONSES ARE ENCOURAGED FROM BOTH SMALL AND LARGE BUSINESSES UNDER THE NAICS CODE: 236220 (Size Standard: $45 million). Project Description: Project is anticipated to be design-build (DB) construction project.� Place of performance is Langley Air Force Base (LAFB), Hampton, VA. Design and construct a 97.5 square meter (SM) (1,050 square foot (SF)) West Apron Fire Pump Station and a 150,000 gallon (gal) fire water storage tank to replace aging Building 348. Provide pressurized fire water suppression/extinguishing system support to nine (9) flight line facilities/hangars. Replace the existing facility and connect existing fire water service distribution piping to the new pump station. Construction includes compacted fill above the 100-year flood plain, reinforced concrete foundations, concrete floor slab, structural steel frame with concrete masonry unit fa�ade, and a standing seam metal roof. The facility will provide all required fire pumps and piping, interior spaces needed to house the pumps and associated controllers, overhead crane lift capabilities for pump installation/removal, other support spaces as needed, and maintenance access to the pumps via paved surfaces and overhead roll-up door(s). The project includes all utilities, communications, site improvements, pavements, piping, detection/protection features, security enhancements, sidewalks, landscaping, signage, and other supporting work necessary to make a complete and usable facility. The project will demolish Building 348 (130 SM), Building 347 (23 SM), and the supporting fire water storage tank (387,906 gal). The facility will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection (AT/FP) requirements per UFC 4-010-01. The anticipated period of performance is 365 days after notice to proceed. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $45.0 million. Per FAR 36.204, the magnitude for this effort is estimated to be between $1,000,000.00 and $5,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought Notice. REQUESTED INFORMATION: This notice is being used to assess the extent of firms capable of fulfilling the government's requirements. Interested contractors should complete the following questions to assist the government in its efforts: 1. Company name, address, points of contact, titles, telephone numbers, and e-mail addresses. 2. CAGE code, UEI number, and small business size status if applicable. Contractors responding to this notice are not required to be a small business. Specify if your business qualifies as a Small Business (SB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Small Business, or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. 3. Provide a narrative describing the primary nature of your business.� Narrative should demonstrate experience in a similar type of work as described, at a similar contract value, and preferably performed on a federal installation requiring base access. 4. Provide up to three (3) examples of completed projects similar size and scope within the past eight (8) years. If a specialty subcontractor will be used, provide experience from the subcontractor. 5. The anticipated procurement method will be via FAR 36.3 Two-phase design-build selection procedures. If this method is chosen, is your company still interested to pursue it? 6.� If a large business is submitting, what percentage of the work should be performed by the prime contractor, and why? 7.� Firm�s Bonding Capability (construction bonding level per contract expressed in dollars) Please limit your response to 5 pages. Since this is a Sources Sought Notice only, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists and solicitation requests will not be acknowledged.� US Army Corps of Engineers, Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. �All questions and correspondence shall be directed via email to Katelyn Vance at katelyn.e.vance@usace.army.mil . No reimbursement will be made to any costs associated with providing information in response to this announcement. Submit responses to this notice via email to mail to: katelyn.e.vance@usace.army.mil with copy furnished to Michael.Hagerty@usace.army.mil.� Email is the preferred method for submitting responses to this synopsis. This Sources Sought Notice should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7412f499b08246289f8b1b0be3de42d7/view)
- Place of Performance
- Address: Hampton, VA 23666, USA
- Zip Code: 23666
- Country: USA
- Zip Code: 23666
- Record
- SN06957195-F 20240208/240206230052 (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 |