Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SOURCES SOUGHT

99 -- Collective Training Barracks

Notice Date
1/29/2025 2:45:53 PM
 
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
PANSWD25P0000003388
 
Response Due
2/12/2025 2:00:00 PM
 
Archive Date
02/13/2025
 
Point of Contact
Kristi Morris, Phone: 8178861841
 
E-Mail Address
kristi.l.morris@usace.army.mil
(kristi.l.morris@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE PANSWD25P0000003388 FY26 Construct a standard design Collective Training Barracks at Fort Bliss, New Mexico 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 Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation. 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 solidify the acquisition strategy. The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award a firm fixed-price, Design-Bid-Build construction project for new construction located at McGregor Range, New Mexico which is an integral part of the U.S. Army Air Defense Artillery Center and Fort Bliss, Texas. The Government is seeking experienced firms for the following scope of work: Project includes construction of collective training barracks, fire pump building, overhead protection/canopies, building information systems, fire protection and alarm systems, video surveillance system installation, Cybersecurity Measures, and Energy Monitoring Control Systems (EMCS) connection. Post Construction Award Services (PCAS) will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained system. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. In accordance with DFARS 236, the estimated construction price range for this project is between $100,000,000 and $250,000,000. Estimated duration of the project is 900 calendar days. The North American Industry Classification System (NAICS) code for this procurement is 236220 which has a small business size standard of $45,000,000. The Product Service Code is Y1FC. Should this action be set-aside for small business, firms are reminded of the requirements under 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 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal 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. Prior Government contract work is not required for submitting a response to this notice. 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. Anticipated solicitation issuance date is on or about First Quarter FY 2026, and the estimated proposal due date will be on or about Second Quarter FY 2026. The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued. 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, whether as a prime or a subcontractor. 3. Firm�s relevant experience to perform the magnitude and complexity outlined in the Scope of Work above by providing: Brief description of the project, customer name, and dollar value of the project � provide at least 3 examples if possible. 4. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5. Will the firm submit a response as a Joint Venture or other arrangement? If YES, provide specific type: Joint Venture, Mentor-Prot�g�, Teaming Arrangement, or Other 6. Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 7. The magnitude of construction for this project is between $100,000,000 and $250,000,000 and therefore will be subject to a Project Labor Agreement (PLA). Is your firm willing to propose on this project subject to PLA? 8. Firm�s capability statement. This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 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), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information. Interested Firms shall respond to this Notice no later than 12 February 2025, 4:00 pm (central local time). Email your response to Kristi L. Morris at kristi.l.morris@usace.army.mil. *EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2284f7b55fe342e9a386ee8c58c60270/view)
 
Place of Performance
Address: El Paso, NM, USA
Country: USA
 
Record
SN07327184-F 20250131/250129230114 (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.