US COAST GUARD STATION FORT LAUDERDALE RECONFIGURATION, BROWARD COUNTY, FLORIDA
This announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPO... This announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. 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 Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2021 award of the aforementioned project. The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Contractor Community for both Small Businesses and Other Than Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The project work consists of the abatement and demolition of the existing USCG facilities, including the pile foundations of the structures and removal and disposal of sheet pile bulkheads and other incidental removal work to make room for the new facilities. Work includes excavation and dredging as well as removal and re-positioning/disposal of existing soils. Some of the soil has fuel or paving-based contamination which will need to be disposed offsite in accordance with all State and Federal laws and regulations. Construct a new 3-story multi-mission Facility approximately 36,000 gross square feet (gsf), a separate 1-story boat house of approximately 5,000 gsf, a 17-foot by 20-foot outdoor covered area at the armory entrance, and a 30-foot by 50-foot outdoor covered cross fit area. Construct a boat basin that includes steel sheet pile sea wall, bulkhead walls and a covered boat mooring area with floating boat slips. The US Coast Guard Station Fort Lauderdale Reconfiguration project is located in Ft. Lauderdale, Broward County, Florida. Prior to demolition of the existing US Coast Guard Station Fort Lauderdale (USCG), a new provisional turnkey facility needs to be provided. The Provisional facility will be located at Port Everglades Birth 28. The contractor shall be responsible for the full design and construction of the US Coast Guard Provisional Facility. The provisional facility will include six (6) turnkey, complete and pre-engineered Relocatable Modular Buildings (RMB). A conceptual floor plan and site plan will be provided by the Government. The conceptual plans shall be developed by the contractor into a final design for construction. The Provisional facility buildings will include: 1. One (1) administration building, approximately 60 feet by 48 feet. The Contractor shall provide office furniture such as tables, chairs, and cabinets. 2. Two (2) dormitory buildings, each approximately 40 feet by 24 feet. The Contractor shall provide dormitory furniture such as beds, and storage lockers. 3. One (1) lounge, gym and laundry building, approximately 80 feet by 24 feet. The Contractor shall provide two washers and two electric dryers in the laundry building. 4. One (1) dining and kitchen facility, approximately 60 feet by 48 feet. The dining facility shall provide seating for 56 people. The kitchen shall be a full commercial kitchen capable of feeding 65 persons three meals a day. The Contractor shall provide kitchen equipment, tables, and chairs. 5. One (1) boat house that includes the following: one (1) covered maintenance bay approximately 24 feet by 60 feet, One (1) male locker room and gear storage, One(1) female locker room and gear storage, One (1) wash room, One (1) part storage room and One (1) maintenance shop. The contractor will also provide non-personnel commercial moving services to relocate the existing facility into the new provisional facility in addition to utility connections, furnishes and other items, and services. Provide maintenance at the provisional facility within the stipulated period of performance. Once the US Coast Guard Station Fort Lauderdale Reconfiguration project is completed, provide moving services to return the USCG to the new permanent facility. Also, once the permanent facility is completed and the coast guard have been relocated to the new facility, all buildings and site features at the provisional facility shall be removed and the site shall be restored to pre-construction conditions. Estimated Magnitude of Construction Projects is between $35,000,000 and $45,000,000. The project will have an estimated period of performance of 36 months after receipt of the Notice to Proceed (NTP). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220 -- Commercial & Industrial Building Construction . The Small Business Size Standard for this project is $39.5 million. Anticipated solicitation issuance date is on or about January 31, 2021. The official Synopsis citing the solicitation number will be issued on the Beta.SAM Contracting Opportunities Website: https://beta.sam.gov. Responses to this Synopsis shall be limited to 10 pages and shall include the following information: Firm’s name, address, point of contact, phone number, website, and email address. Firm’s interest in bidding on the solicitation when it is issued. Firm’s capability to perform a contract of this magnitude and complexity (include firm’s capability to execute comparable work performed within the past 10 years. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) – provide at least 3 examples. Ensure your firm submits a substantiated statement that demonstrates its ability to execute the work and any experience it has in constructing similar facilities and experience it has with the construction of boat basins, including dredging, excavation and installation of sheet pile bulkheads. Firm’s Business category and Business Size –Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable – existing and potential. A letter of current bonding capacity (up to $45,000,000.00) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. Indicate if by combining these locations and project work if this would impact your firm’s ability to compete for these projects.. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. 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 29 April 2020 at 2:00PM, Local Time. All responses under this Sources Sought Notice shall be sent to Mr. Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil and Ms. Tedra Thompson at Tedra.N.Thompson@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. 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.
Data sourced from SAM.gov.
View Official Posting »