SOURCES SOUGHT
Y -- Commercial Vehicle Inspection Gate
- Notice Date
- 8/26/2024 5:30:40 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127824R0108
- Response Due
- 9/9/2024 12:00:00 PM
- Archive Date
- 09/24/2024
- Point of Contact
- Jessica Raulerson, Stephanie Scalise
- E-Mail Address
-
jessica.raulerson@usace.army.mil, stephanie.m.scalise@usace.army.mil
(jessica.raulerson@usace.army.mil, stephanie.m.scalise@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Maxwell AFB, AL. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Maxwell AFB, AL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing of Commercial Vehicle Inspection (CVI) and Entry Control Facility (ECF) area, with connection road and bridge to local off-base road system, entrance / exit lanes, rejection lane / turnaround, guardhouse, additional pavements and sidewalks, vehicle inspection area, overhead canopy, bollards / mechanical barriers, fencing, closeable gate, and security lighting, located at southwestern corner of the installation, adjacent to the existing paintball course and FAMCAMP site. Guardhouse structure to have foundation / floor slab, masonry walls, interior treatments, sloped roof, utilities, communications, and fire protection. Overhead canopy to have steel frame with sloped roof and lighting. Repair South March Road, from FAMCAMP to Kelly Street intersection, and include new large-radius turn for commercial traffic into Kelly Street. Demolish closed paintball course and associated components. Relocate groundwater monitoring wells in the area of construction. Demolish Kelly Street Gate. Perform other necessary work as required for a complete and usable facility. Facility will be designed as permanent construction in accordance with the 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 requirements and Cybersecurity of Facility-Related Control System measures per UFC 4-010-01. The magnitude of this requirement is between $10,000,000 and $25,000,000. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jessica.raulerson@usace.army.mil and stephanie.m.scalise@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than 9 September 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/36d5f664e289434fa479252ccffe02e8/view)
- Place of Performance
- Address: Montgomery, AL 36112, USA
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN07186808-F 20240828/240826230129 (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 |