SOURCES SOUGHT
Y -- SOURCES SOUGHT: South Florida Operations Office (SFOO) CAT-5 New Maintenance Facility Project Clewiston, Florida
- Notice Date
- 3/26/2025 11:58:43 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP25Z0022
- Response Due
- 4/15/2025 11:00:00 AM
- Archive Date
- 04/30/2025
- Point of Contact
- Ireisha Adams, Isis Hill
- E-Mail Address
-
ireishal.c.adams@usace.army.mil, isis.s.hill@usace.army.mil
(ireishal.c.adams@usace.army.mil, isis.s.hill@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is announcement constitutes a Source Sought Synopsis. This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2025 award of a contract for this large-scale construction project. The South Florida Operations Office (SFOO) has a requirement to provide additional enclosed vehicle and equipment storage. The purpose of this sources sought is to gauge interest, capabilities, and qualifications of contractors that have design-build experience in completing similar projects. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville 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 or any follow-up information requested. DESCRIPTION OF WORK: Scope of Work Construct a New Maintenance Facility adjacent to an existing maintenance facility building (designated as SF-21), to provide additional enclosed vehicle and equipment storage. The proposed building addition will be located a 15-foot distance (from the South Elevation) of the existing metal building. Both existing and new are located within the specified area, identified as the South Florida Operations Office (SFOO). The project construction is located at the existing maintenance yard (North end of the SFOO property and adjacent the Lake Okeechobee waterway and the S-310 Boat Lock and Canal). The New Maintenance Facility will be a pre-engineered metal building (PEMB) and will contain the following features: A 60-foot x 120-foot concrete slab-on-grade (to support the PEMB) A 9-foot - 4-inch x 9-foot - 4-inch concrete slab-on grade (to support a riser room) attached to the PEMB at the SW corner. The PEMB will be 60 feet wide x 120 feet long x 25 feet � 7 inches height Gable-type roof with continuous linear ridge vent, 12 skylights and 4 roof-top exhaust fans Continuous gutters and downspouts (on east and west ends) Twelve roll-up doors and four personnel doors Fire-sprinkler system with free-standing pump enclosure/skid equipment (adjacent to the canal) Utility connections to support water, electric, and mechanical systems One electric water cooler and one eye-wash station Interior high-bay lighting and wall-mounted exterior lighting Two high-volume, low-speed overhead fans Concrete bollards (exterior locations) Optional Item (features); Wash-bay system (single interior bay wide) located at North end of proposed facility. Basis of Design The design is based on the characteristics of the existing maintenance facility, building identification SF-21. The new facility is based on and matches the existing PEMB construction. The size of the new facility addition matches closely to the existing dimensions of 60 feet by 140 feet. When completed, the SFOO will have an approximately 15,600 gross square feet of enclosed storage space for their current and future maintenance equipment and heavy-duty construction vehicles. USACE did not conduct a formal risk assessment for this project due to the low risk of any significant monetary lost or threat to human life from a project failure. After discussing the project purpose and scope of work with the Jacksonville District Risk Chief, the decision to forgo a formal risk assessment was deemed to be reasonable given the fact project structures and features will function and provide the same level of protection as the existing structures and features provide. The project does not introduce any additional potential risk of project failure that would pose a significant threat to human life. ROUGH ORDER OF MAGNITUDE: $1,000,000 to $5,000,000 PRODUCT SERVICE CODE: Y1JZ � CONSTRUCTION OF MISCELLANEOUS BUILDINGS NAICS CODE: The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220 � Commercial and Institutional Building Construction. SMALL BUSINESS SIZE STANDARD: $45,000,000 SUBMISSION REQUIREMENTS: Responses to this Sources Sought shall be limited to 5 pages and shall include the following information: Company/Contractor name, address, point of contact, phone number and e-mail address. Company�s interest in bidding on the subject requirement when issued. Company�s capability to perform a contract of this magnitude and complexity (include company�s capability to execute comparable work performed within the past 10 years). Company should provide at least 3 examples which, at a minimum, include the following: Brief description of the project Customer name Customer satisfaction Timeliness of performance Dollar value of the completed projects Offeror shall identify their Small Business classification and Small Business Size: Small Business Small Disadvantage Business 8(a) Small Business HUBZone SDVOSB WOSB If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement include Joint Venture information, if applicable � existing and potential. Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from the bonding company. NOTES: DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought Notice no later than April 15, 2025, at 2:00 PM, EDT. All responses under this Sources Sought Notice shall be sent to Ireishal Adams at Ireishal.C.Adams@usace.army.mil and I�sis Hill at Isis.S.Hill@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation. 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/8315dd234cbb442cbccc2c18fced9e07/view)
- Place of Performance
- Address: Clewiston, FL, USA
- Country: USA
- Country: USA
- Record
- SN07387622-F 20250328/250326230100 (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 |