Repair SCIF Complex at West Ft Hood
This is a SOURCES SOUGHT announcement; 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 is a SOURCES SOUGHT announcement; 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 SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project to renovate and Repair SCIF Complex at West Ft Hood, Fort Hood, TX. Proposed project will be a competitive, firm-fixed price, Design-Bid-Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to maximize practicable competition by gaining knowledge of interest, capabilities, and qualifications of various members of industry, to include members of the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Services-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB), consequently businesses are highly encouraged to participate. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open pre-solicitation notice. Statement of Work: The Government is seeking qualified, experienced sources capable of renovating the entire WFH Controlled Space complex including Buildings 90087, 90088, 90089, 90090 and all related site work to repair all known deficiencies in the existing Controlled Space complex and to restore the facility to a condition that complies with all current Army and Federal regulations for a functional Controlled Space. The project scope includes demolition and renovations and/or upgrades to the following: Site; Fencing; Parking, Roadways, Exterior Lighting; Storm Drainage, Storm Water Pollution Prevention Plan; Site Utilities; Architectural; Comprehensive Interior Design (CID); Structural Interior Design (SID); Furniture, Fixtures & Equipment (FF&E); Structural; Anti-Terrorism Force Protection (AT/FP); Mechanical/Plumbing; Electrical; Fire Protection; Telephones, Computers, CCTV, Intrusion Detection; Mass Notification, NIPR, SIPR; Lightning Protection, Grounding; and, Sustainable Design. Also included within this project scope are the following: HAZMAT (Lead Paint, PCBs, Asbestos, Mercury, etc.) Surveys and Remediation Plans; Planimetric, Topographic, Trees and Utilities Survey; and, Geotechnical Investigation including subsurface investigation borings, in-situ and laboratory testing, and Geotechnical Report. In accordance with DFAR Part 236, the construction magnitude is between $10,000,000 - $25,000,000. The Estimated duration of the project is 540 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. 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 their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with 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. The type of solicitation to be issued will be a Design-Bid-Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about 11 April 2019, and the estimated proposal due date will be on or about 21 May 2019. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. SOURCES SOUGHT RESPONSE: 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, and e-mail address 2. Firm's CAGE CODE and DUNS Number 3. Firm's interest in proposing on the solicitation when issued 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute AE services comparable work performed with the past five [5] years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least three (3) examples 5. Firm's business size - Small Business, 8(a), HUBZone, SDVOSB, and/or WOSB 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information Interested firms shall respond to this sources sought synopsis no later than 10:00 AM (CST) 16 February 2019. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of a Government contract. Solicitation External Reference: https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0400/listing.html Solicitation External Reference To Packages: https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0400/packages.html
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »