SOURCES SOUGHT
Z -- Fort Cavazos Renovate Freeman DFAC B39041
- Notice Date
- 2/21/2024 9:24:54 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
- W9126G24R0ZFD
- Response Due
- 3/12/2024 12:00:00 PM
- Archive Date
- 03/27/2024
- Point of Contact
- Ashley HARRISON, Phone: 8178861066, Matthew Dickson, Phone: 8178861110
- E-Mail Address
-
ashley.m.bowles@usace.army.mil, matthew.s.dickson@usace.army.mil
(ashley.m.bowles@usace.army.mil, matthew.s.dickson@usace.army.mil)
- Description
- This is a SOURCES SOUGHT notice; a market survey 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 NOTICE.� No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests.� Not responding to this notice does not preclude participation in any future procurement.� If a solicitation is released, it will be synopsized in the System for Award Management (SAM)� It is the responsibility of potential offerors to monitor SAM for additional information pertaining to this requirement. The planned acquisition strategy will be posted in SAM upon completion of market research analysis. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).� All are highly encouraged to respond to ensure adequate competition. The acquisition strategy will be determined based on responses received from this notice and other market research methods. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a construction to renovate the Fort Cavazos Freeman Dining Facility Building B39041.� It is anticipated that the project will be a competitive, firm-fixed price, two-phase design/bid/build, definitive contract procured in accordance with FAR 15, Negotiated Procurement using �Best Value� trade-off process. SCOPE OF WORK The Government is in search of proficient firms capable of undertaking the following scope of work: Renovate, remodel, perform a complete gutting, ensure adherence to NFPA standards, and comply with DFAC army standards. The specific project involves the Freeman Dining Facility Building located at Fort Cavazos, Texas. The project encompasses several key elements, including the removal of all hazardous materials, the replacement of major utilities within the 5' line of the building, the installation of a new HVAC system, provision of new kitchen essentials, replacement of all doors and windows, upgrade of the power distribution system and lighting throughout, replacement of the roof, repair or replacement of fire protection, fire alarm, and mass notification systems, addressing all ABA accessibility requirements, interior renovation to accommodate a functional floor plan with new finishes, configuration of latrines, reconfiguration and restriping of the parking lot and spaces, and renovation of the roof-mounted air handlers. In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is between $10,000,000 and $25,000,000. Estimated duration for the project is 780 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45,000,000. The Product Service Code is Z2FD. Small Businesses are reminded to comply with 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 work that a similarly situated entity further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Firm response to this Notice shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, Unique Entity Identifier and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s experience to perform the magnitude and complexity outlined in the Scope of Work above (indicate whether as a prime contractor or subcontractor) by providing: brief description of the project, customer name, and dollar value of the project � provide at least 3 examples within the last 6 years. 4.� Firm�s Business Size � Large Business (LB), Small Business (SB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled-Veteran Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). 5.� Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Prior�Government�contract work is not required for submitting a response to this synopsis.�However, respondents are reminded that all construction performance must follow 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.) Should this action be solicited as Full and Open Competition, a Small Business Participation Plan 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. This announcement and all information will be issued via SAM and/or Procurement Integrated Enterprise Environment (PIEE) and Offerors must be active in SAM to be eligible for award of Government contract, including documenting Section 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the Section 889(a) and (b) compliance � per FAR 52.204-26. The Supplier Performance Risk System (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) and DFARS 204.7304(e), DFARS 252.204-7020 and DoDI 5000.79.��Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the SPRS to be eligible for award of Government contract. Interested Firms shall respond to this Notice no later than 12 March 2024. Email your response to Ashley Harrison at Ashley.m.bowles@usace.army.mil and Matthew Dickson at Matthew.s.dickson@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/925fdf6ef90a4bb1a2ee67727584d750/view)
- Place of Performance
- Address: Fort Cavazos, TX 76544, USA
- Zip Code: 76544
- Country: USA
- Record
- SN06973000-F 20240223/240221230053 (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 |