MCA2
SOURCES SOUGHT-MARKET SURVEY PN-88725 Mission Command, University Registrar, Force Modernization and Proponency Facility, Fort Gordon, GA. CLASSIFICATION CODE - Y - Construction of structures and faci... SOURCES SOUGHT-MARKET SURVEY PN-88725 Mission Command, University Registrar, Force Modernization and Proponency Facility, Fort Gordon, GA. CLASSIFICATION CODE - Y - Construction of structures and facilities NAICS Code 236 - Construction of Buildings/236220 - Commercial and Institutional Building Construction 1. This is a sources sought for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BIDS. 2. Project Description. The Mission Command, University Registrar, Force Modernization and Proponency Facility (aka MCA2) is a project currently budgeted in the Fiscal Year 2020 military construction program. The 235,367 GSF facility is critical to the U.S. Army's Cyber Center of Excellence mission to train the Army's next generation of Cyber-warriors at Fort Gordon, GA. The current plan is to advertise the project, on or about March 2020, with a tentative award date of June 2020. The construction cost of the project is in excess of $50,000,000. 3. The Savannah District is seeking industry feedback regarding the acquisition strategy to successfully advertise and award this project. The Government will consider this feedback as it develops its acquisition strategy and when it issues the solicitation package planned for March 2020. 4. The Savannah District is considering the following alternative acquisition strategies: a. Invitation for Bid (IFB). b. Lowest Priced Technically Acceptable (LPTA). c. Performance-Price TradeOff (PPT). 5. If the Savannah District issues this project as an IFB. Will you submit a bid? ? 6. If the Savannah District issues this project as an LPTA. Will you submit a proposal? The proposed selection criteria are listed below. Please indicate any issues and concerns you may have with the proposed selection criteria. a. Factor 1 - Recent, relevant projects: 1. Renovation or a combination of renovation and new construction of any of the following facilities: administrative/office buildings, training/classroom buildings, headquarters/operational facilities, hospitals, medical facilities or university or college academic facilities; and, a minimum contract value of $50 million. Projects must be \ successfully complete, or fully designed and at least 50% construction progress complete within six (6) years preceding the date of this solicitation. The Government will not consider multiple projects, such as individual task orders, combined to meet the minimum contract value. 2. New vertical construction of any of the following facilities: administrative/office buildings, training/classroom buildings, headquarters/operational facilities, hospitals, or schools; and, a minimum contract value of $50 million. Project must be \ successfully complete, or fully designed and at least 50% construction progress complete within six (6) years preceding the date of this solicitation. The Government will not consider multiple projects, such as individual task orders, combined to meet the minimum contract value. 3. The recent and relevant projects submitted, one (1) project that was built on a Department of Defense property/installation or other Federal Government location that required all of the following: controlled access to the property or the installation; background checks or clearances by the Government of the contractor and subcontractor personnel; and controlled access to a secured construction site. b. Factor 2 - Past Performance 1. The Offeror shall demonstrate a record of performance on each project submitted for Factor 1. 7. If the Savannah District issues this project as a PPT. Will you submit a proposal? The proposed selection criteria are listed below. Please indicate any issues and concerns you may have with the proposed selection criteria. a. Factor 1 - Recent, relevant projects: 1. Renovation or a combination of renovation and new construction of any of the following facilities: administrative/office buildings, training/classroom buildings, headquarters/operational facilities, hospitals, medical facilities or university or college academic facilities; and, a minimum contract value of $50 million. Projects must be \ successfully complete, or fully designed and at least 50% construction progress complete within six (6) years preceding the date of this solicitation. The Government will not consider multiple projects, such as individual task orders, combined to meet the minimum contract value. 2. New vertical construction of any of the following facilities: administrative/office buildings, training/classroom buildings, headquarters/operational facilities, hospitals, or schools; and, a minimum contract value of $50 million. Project must be \ successfully complete, or fully designed and at least 50% construction progress complete within six (6) years preceding the date of this solicitation. The Government will not consider multiple projects, such as individual task orders, combined to meet the minimum contract value. 3. The recent and relevant projects submitted, one (1) project that was built on a Department of Defense property/installation or other Federal Government location that required all of the following: controlled access to the property or the installation; background checks or clearances by the Government of the contractor and subcontractor personnel; and controlled access to a secured construction site. b. Factor 2 - Past Performance 1. The Offeror shall demonstrate a record of performance on each project submitted for Factor 1. 8. What period of performance would you propose for a project of this size and magnitude? 9. Overall, which acquisition strategy do you consider is best suited for this project and why? 10. Interested parties can provide feedback by email, and should not be provided no later than 09 September 2019 at 3:00 P.M. EST to the U.S. Army Engineer District New York, ATTN: Dan Helmig. The email address is Daniel.a.helmig@usace.army.mil. Comments may be in the format chosen by the offeror, but must include the Offeror's name, point of contact, planned role on the project, and social economic status (e.g. SB, etc.). Industry feedback will be shared with the Government team and Architect-Engineer firm but otherwise be held strictly confidential. Contracting Office Address: US Army Engineer District, Savannah ATTN: 100 West Oglethorpe Avenue Savannah, GA 31401 Primary Point of Contact Daniel Helmig daniel.a.helmig@usace.army.mil Phone: 912-652-5162
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »