Inactive
Notice ID:PANNWD-19-P-002866
This is a Sources Sought to conduct market research for developing a procurement strategy for an upcoming requirement for Minor Renovation for Squad Ops Facility Building 2215 at Mountain Home Air For...
This is a Sources Sought to conduct market research for developing a procurement strategy for an upcoming requirement for Minor Renovation for Squad Ops Facility Building 2215 at Mountain Home Air Force Base, Idaho. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the response(s) to this notice, and if the Government still plans to proceed with the acquisition, we expect to issue a separate solicitation announcement in Federal Business Opportunities (www.fbo.gov). Responses to this Sources Sought will not be used as adequate responses to any future solicitation announcement. This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms. The North American Industry Classification System (NAICS) Code for this project is 236220 with a small business size standard of $36.5M. Note for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $36.5 million. PROJECT INFORMATION: The U.S. Army Corps of Engineers (USACE) - Seattle District is anticipating solicitation of a minor renovation of a 61,472 SF Building 2215 at Mountain Home Air Force Base (AFB), Idaho. The contractor shall provide minor renovation/repair for Squad Ops facility 2215. Replace roof and HVAC system, remodel restrooms per ADA requirements, add exterior windows and skylights, relocate interior walls and provide new interior finishes throughout the facility. The magnitude of this construction project is between $5,000,000 and $10,000,000. SUBMISSION REQUIREMENTS Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, small business classification (if applicable), and email address. 2. Examples of past projects as the Prime Contractor similar to the scope above. a. Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last six years. Examples should include the following information: i. A description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of each project. 3. CAGE code and DUNS number of your firm. 4. Firm's Joint Venture Information, if applicable. 5. Bonding Limits: (1) Single Bond, (2) Aggregate. NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Associations may be as joint ventures or as key team subcontractors. Responses to the Sources Sought notice should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Friday, 15 February 2019. The responses should be forwarded to the attention of Lorraine Laurente, Contract Specialist, by email: lorraine.q.laurente@usace.army.mil. NOTE: Email size is limited to 20MB.