SOURCES SOUGHT
99 -- FY25 Parachute Survival Training Facility
- Notice Date
- 3/21/2024 11:07:22 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW-24-SS-0ZMG
- Response Due
- 4/3/2024 1:00:00 PM
- Archive Date
- 04/18/2024
- Point of Contact
- Kyla Couch, Russell Armstrong, Phone: 4259238716
- E-Mail Address
-
kyla.m.couch@usace.army.mil, russell.j.armstrong@usace.army.mil
(kyla.m.couch@usace.army.mil, russell.j.armstrong@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a design-build construction project titled: �FY25 Parachute Survival Training Facility Joint Base Lewis- McChord (JBLM), Washington (WA)� Proposed project will be a firm fixed-price design-build construction project. The estimated Construction Cost Limitation is $23M. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 236220 Commercial and Institutional Building Construction, and the associated small business size standard is $45,000,000. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. NO SOLICITATION ISCURRENTLY AVAILABLE. The type of solicitation to be issued will depend upon information received in response to this sources sought notice. No reimbursement will be made for any costs associated with providing information in response to this sources sought notice or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested firms should respond to this notice no matter what business size under NAICS 236220 Commercial and Institutional Building Construction. Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time, and respondents shall refrain from providing proprietary information in response to this sources sought notice. No award will be made from this sources sought notice. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. SUMMARY DESCRIPTION OF PROPOSED PROJECT: The description of this project is as follows: Provide a low-rise steel-framed parachute and survival equipment shop (paraloft) with metal roof and shallow type foundations. The paraloft will include a drying tower with motorized parachute lift system, administrative space, parachute secure storage, restrooms, maintenance spaces, and packing and inspection areas. � Provide low-rise steel-framed individual combat clothing equipment (ICCE) Locker Warehouse with metal roof and shallow type foundations. The ICCE warehouse will provide space for the storage of issued gear and equipment in ICCE lockers. � Provide low-rise steel-framed overhead covers with metal roof and shallow type foundations. The overhead covers will provide adequate clearance and coverage for tactical vehicles and the parachute landing fall (PLF) training areas. � Renovate spaces in building 9890 into a concrete vault armory and communication equipment center. The armory will include secure storage, maintenance spaces, portal for the issuance of arms, administrative areas and meet all armory security requirements. � Accomplish site preparation to include site clearing, excavation, and preparation for construction. Additional site preparation includes demolition of an existing loading ramp. � Paving and site improvements to include grading, parking facilities, roadways, curbs, sidewalks, landscaping, fencing, security lighting, pedestrian and bicycling features, signs, and storm water management facilities including specific outside LID items. Project also includes excavation and grading for tactical parking lot access drive, construction of tactical parking lot access drive, and the reconfiguration of the site access road to serve the new facility. The training trailer located in the vicinity of Building 9698 will be relocated and power will be provided in this project. This project includes approximately 76 meters (m) of chain link security fencing approximately 3m high. � Electrical utilities include primary and secondary distribution systems, outside lighting, renewable energy systems, transformers, cybersecurity and communication systems infrastructure. Additional electrical utilities include connection to the relocated training trailer. � Mechanical utilities include water lines, natural gas lines, sanitary sewer lines, fire protection systems, and storm water lines. � Demolition includes the removal of Building 9698, a 3,243 square-foot (SF) Pre-engineered Metal Building (PEMB)and Building 9697, a 560 SF pergola. Buildings 9698 and 9697 will be demolished to clear the site for this project. � Facilities will be designed to meet or exceed the useful service life specified in DoD UFC. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. � SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to 3-4 pages (exclude Joint Venture and Bonding information from page count) and include the following: Firm�s name, address (mailing and URL), point of contact, phone number and email address. CAGE code and Unique Entity Identification (UEI) number of your firm. Your company's North American Industry Classification System (NAICS) code(s). Business classification, i.e., state whether your firm is classified by the Small Business Administration as any of the following or is Other Than Small Business:� __ Small Business (SB) __Small Disadvantage Business (SDB) __Woman-Owned SB (WOSB) __Veteran-Owned SB (VOSB) __Service-Disabled VOSB (SDVOSB) __Historically Underutilized Business Zone (HUBZone) __8(a) Program __Other Than Small Business (Large Business) � Regions in which your company normally performs work or would perform work: ___ West ___ Midwest ___ Northeast ___ Northwest ___ Southwest ___ Southeast ___ OCONUS (Outside the Continental United States) ___ All of the Above � A maximum of three (3) examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last five (5) years. Examples should include the following information: A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project. � Of the total summary Description of Proposed Project: Do you believe all aspects of the project could be performed by the small business sector?� (Yes/No) (Check one) As a ___large business/ ___small business, what estimated percentage of the TOTAL project would you self perform? ____% Please specify/describe which areas are best suited for subcontracting to the small business sector. What do you think can be subcontracted out to small business? Small Business (SB) ____% Small Disadvantage Business (SDB) ____% Woman-Owned SB (WOSB) ____% Veteran-Owned SB (VOSB) ____%�������� Service-Disabled VOSB (SDVOSB) ____% Historically Underutilized Business Zone (HUBZone) ____% Firm�s Joint Venture Information, if applicable. Bonding Information.� Provide the following, on the Bonding Company�s letterhead: Bonding Limits: Single Bond Aggregate Responses to this notice will be shared with the Government project team, but otherwise will be held in strict confidence. PLEASE SUBMIT TO: Responses to the Sources Sought Notice should be received no later than 1:00 pm (Pacific Time) on 3 April 2024. Submit responses to the attention of Russell J. Armstrong Contract Specialist, at russell.j.armstrong@usace.army.mil. and Kyla Couch, Contract Specialist, at kyla.m.couch@usace.army.mil. All interested firms must be registered in System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of Government contracts. For current and future projects, please contact our Office of Small Business Programs Point of Contact: Enshane Nomoto-Hill.� Please use this link to the website: https://www.nws.usace.army.mil/Business-With-Us/Small-Business/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3971951bf3184585a5e9bee751a80d13/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA, USA
- Country: USA
- Country: USA
- Record
- SN07005819-F 20240323/240321230051 (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 |