Inactive
Notice ID:W9127819L0018
This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualif...
This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business firms interested in a prospective procurement of construction, renovation and repair services in Northwest Florida. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing a new Dormitory and Cyberspace Test Group facility as two separate solicitations. The project scope of the Replace Dorm 19 will be for design and construction of a 104,195 sf three-story building with 288 Dorm-4-Airmen Housing Room module units, admin area with offices, mail box area, and multi-purpose area. Includes following interior systems: electrical, fire suppression, plumbing, HVAC, A/V, communications and data systems, access control, fire alarm / mass notification system, closed circuit television systems (CCTV), HVAC DDC controls, etc. Site work includes demolition of existing dormitory, parking areas, sidewalks, and utilities, including water, sewer, communications, power, gas, and temporary irrigation. The project scope of the Cyberspace Test Group Facility will be for design and construction of a new one story 52,003 SF maintenance training facility at Eglin AFB. The new facility is located adjacent to the airfield apron. The facility is comprised of multi-level secure labs and testing facilities, admin offices, and workstations to support the mission activities. The configuration of the labs supports the cyber missions and provides special power and HVAC features for the avionic systems tested. Additionally, there are the building support functions including mechanical, electrical, fire protection, A/V, communications and data systems, access control, fire alarm / mass notification system, closed circuit television systems (CCTV), HVAC DDC controls, etc. The Project also includes a backup generator, underground utilities, paving including access roads, storm drainage, exterior and site lighting, site improvements, landscaping, underground communications infrastructure to connect the new facility, and all applicable AT/FP (Antiterrorism/Force Protection) measures. Each of the prospective procurements will involve awarding a construction contract in the range of $25-$50 million. Additionally, each of the projects must be completed within 24 months after the Notice-to-Proceed is issued. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36.5 million. Responses should indicate which of the projects or both for which firms are interested. Response shall include the following information and shall not exceed a total of eight pages for each project: 1. Offeror’s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Description of capability to perform projects similar to that listed above, to manage subcontractors, to prepare and comply with various environmental and construction permits, and capacity to perform this contract in conjunction with ongoing construction contracts. 5. Describe projects of similar scope and magnitude as listed above that you have completed in the past five years and the quality of your performance. The past performance information should include project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror’s role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE EMAILED to: Michael.J.Scism@usace.army.mil. Submittals are due no later than by close of business on 20 February 2019. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Limit response to eight (8) pages or less. Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. Note 2: This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 3: Large Businesses need not respond. Note 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District projects are available on the internet at http://www.fbo.gov.