Inactive
Notice ID:W9126G19B0029
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synop...
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a Supply Support Activity (SSA) Warehouse for Fort Hood. 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. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of constructing a Supply Support Activity (SSA) Warehouse at Fort Hood, Texas. This warehouse is estimated to total 30,960 sqft and is needed to adequate store and properly protect SSA inventory from loss and weather damage. Facilities include an overhead canopy, organizational vehicle parking, building information systems, fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection. Special Foundations are required. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, low impact development, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Air Conditioning (Estimated 67 Tons). The requirement can be satisfied with a single contract. The contract will be solicited under the North American Industry Classification System Code 236220 Commercial and Institutional Building Construction. In accordance with DFARS Part 36, the estimated construction price range is between $10,000,000 and $25,000,000 per period (Base or option periods) Under FAR 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance for services, and 15% of the cost of the contract for construction shall be expended for employees of the concern. 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. Procurement will be solicited in accordance with FAR 14, Sealed Bidding. The government anticipates using sealed bidding, however, the results and analysis of the market research will finalize the determination of procurement method. Anticipated solicitation issuance date is on or about 03 July 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. 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 interest in bidding on the solicitation when it is issued. 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 5 years: brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size and/or small business category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women-Owned Small Business) 5. Firm's Joint Venture information if applicable - existing. 6. Firm's Bonding Capability (bonding level per contract and aggregated bonding level, both expressed in dollars, via letter from the bonding company). Interested Firm's shall respond to this Sources Sought Synopsis no later than 13 May 2019, 10AM (CST). All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail or email your response to Paige Stone, Contract Specialist, USACE-Ft. Worth District, ATTN: CESWF-CT, 819 Taylor Street, Room 2A17, Fort Worth, Texas 76102-0300, Email address: paige.e.stone@usace.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.