SOURCES SOUGHT
99 -- Civil Support Team (CST) Ready Building
- Notice Date
- 3/25/2025 5:50:25 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SR TF VIPR SAN JUAN PR 00918-0000 USA
- ZIP Code
- 00918-0000
- Solicitation Number
- W51DQV25R0008
- Response Due
- 4/9/2025 9:00:00 AM
- Archive Date
- 04/24/2025
- Point of Contact
- Samuela Adams
- E-Mail Address
-
samuela.y.adams@usace.army.mil
(samuela.y.adams@usace.army.mil)
- Description
- This announcement constitutes a Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Please keep vigilant to sam.gov for future notices and updates concerning this project. The U.S. Army Corps of Engineers, Caribbean District is issuing this sources sought notice as a means of conducting market research to gauge interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. This requirement is for the potential fiscal year (FY) 2025 award of the two-phase design build construction for a 18,340 square foot National Guard Civil Support Team (CST) Ready Building. This site is located on the Army National Guard Virgin Islands facility on the Island of St Croix in Frederiksted, Virgin Islands There are no solicitations for this project currently active. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract. The Caribbean District anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this Sources Sought and follow-up information maybe requested. DESCRIPTION OF WORK: Civil Support Team (CST) Ready Building: This requirement is to design and construct a permanent 18,340 square foot specially designed Ready Building. Comprehensive interior design services are requested. This facility will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per Public Law 90-480. Construction will include all utility services, information systems, fire detection and alarm systems, roads, walks, curbs, gutters, storm drainage, parking areas and site improvements. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance as per ASA(IE&E) Sustainable Design and Development Policy updated 2017. Access for individuals with disabilities will be provided. Antiterrorism measures in accordance with the DoD Minimum Antiterrorism for building standards will be provided. Specific Project Challenges: This project is located at the Virgin Islands National Guard Bethlehem Complex. The following are specific challenges to performing this work. This facility will be designed to meet DoD Unified Facilities Criteria (UFC) in addition to UFCs, all applicable codes shall consider building codes specific to U.S. Virgin Islands, and shall include sustainability requirements as per Public Law 90-480. The water availability is limited for Fire Protection System (a dedicated water storage tank may be required). The material availability is limited to a few concrete suppliers and asphalt providers. The premanufactured buildings will required to be shipped from the United States. The logistics of getting materials to the Island is at least two or three weeks. Limited suppliers. There is a shortage of labor due to the amount of construction at VI. The utility coordinations and connections has to happen via WAPA (Water and Power Authority). There may be a requirement of a force line and coordinations need to happen with VIWMA (Waste Management Authority). The roof systems need to survive CAT 5 hurricanes (>""190 MPH"") there is a requirement to collect rainwater and reused it for day-to-day activities. There is a limited amount of earth/engineering fill supplier. The contractor must be able to provide as-builts of the finished work acceptable to the Government. The Design-Builder shall be able to provide a team of qualified professionals in all required disciplines applicable to this project in order to design of the facilities following the requirements in the Request for Proposal (RFP). The design team will submit multiple design deliverables at different stages of development as established in the RFP. The Estimated Magnitude of construction is between $25,000,000 and $100,000,000. The estimated period of performance is 1460 calendar days from receipt of the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard for this project is $45 million. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, website, and email address. 2. Firm�s interest in submitting a proposal on the solicitation when advertised. 3. Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 10 years from the date of this Sources Sought. Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that included (1) working in remote areas and within a secure installation (2) pre-engineered metal buildings, precast or CMU and (3) coordination w/multiple entities at local, state and Federal level. 4. Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB WOSB HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information, if applicable � existing and potential. 6. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15299b03bc5f4300b04693c202a297a6/view)
- Place of Performance
- Address: Frederiksted, VI, USA
- Country: USA
- Country: USA
- Record
- SN07385689-F 20250327/250325230051 (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 |