Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOURCES SOUGHT

99 -- Design/ Bid/ Build For NFARS Consolidated Squad Ops & Alert Facility- Niagara Falls

Notice Date
3/10/2025 11:46:08 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-25-NFARS-Niagara_Falls
 
Response Due
3/25/2025 2:00:00 PM
 
Archive Date
04/09/2025
 
Point of Contact
Kellsie Peacher
 
E-Mail Address
kellsie.a.peacher@usace.army.mil
(kellsie.a.peacher@usace.army.mil)
 
Description
This project is a Design-Bid-Build and includes the construction of a two-story 53,000 SF facility to consolidate the 914th Operations Group functions to include: the 914 Operations Group Staff, the 914 Operations Support Squadron with Aircrew Flight Equipment, the 328 Air Refueling Squadron, and the 914 Aeromedical Evacuation Squadron. This new facility includes command suites, administrative, scheduling, storage and locker/showers. The Crew Readiness area includes a study and lounge/dayroom, fitness and recreational space; kitchen/dining area capable of long-term sustainment of the aircrews to include food preparation area and sleeping quarters (single rooms) with semi-private bathrooms. The 914th Aeromedical Evacuation Squadron space includes administrative, and storage space to perform in-flight patient care and command and control training, and operational support for their joint patient movement mission. The 914th Operation Support Squadron space includes supported aircrew equipment storage, , equipment inspection/maintenance, mobility operations, base operations staff, flight planning, secured briefing, weather, and administrative space. Shared spaces to include storage, conference rooms, break rooms, as well as a multi-use auditorium for training, mission planning, and crew briefing purposes. This project includes reinforced concrete slab on grade foundation with spread footings, brick veneer, reinforced masonry walls, structural steel, standing seam metal roofing, elevator, exterior lighting, electrical work, site improvements (access/parking/sidewalks, storm water management), emergency generator and screened enclosure, fire detection/protection, mass notification system, communications, and all necessary supporting facilities, utilities, and controls for a complete and usable facility. This project is located adjacent to the active airfield and will require coordination and training of personnel working on/near an active airfield during certain construction activities. PFOS/PFOA contamination is a potential in the groundwater and soil and may require special handling and disposal. Contract duration is estimated at 760 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Small Business contractors should respond to this survey via email by Tuesday, March 25, 2025 by 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Provide descriptions your firm�s past experience on no more than three (3) projects completed by you as the prime contractor that are greater than 90% construction complete or completed within the last five (5) years which are similar to this project in size, and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Projects similar in Scope to this project include: New Construction Projects of Administrative Space . Projects similar in size to this project include: New construction projects of approximately 31,800 SF or greater. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Whether the project was design build or design/bid/build Identify the number of subcontractors by construction trade utilized for each project. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Responses maybe submitted Email responses to Kellsie.a.peacher@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Questions can be emailed to Kellsie Peacher at Kellsie.a.peacher@usace.army.mil NLT 25 March 2025. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57cab4f9680447969951d20b0bf76f3e/view)
 
Place of Performance
Address: Niagara Falls, NY, USA
Country: USA
 
Record
SN07367157-F 20250312/250310230049 (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.