two story MQ-9 Ground Control Station (GCS) Operations Facility
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), Hi... 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), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman-Owned and SDVOSB businesses are highly encouraged to participate. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government will use responses to this sources sought to make an appropriate acquisition decision. The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and potentially award a design-build project A D-B project to construct a 43,000 sf two story MQ-9 Ground Control Station (GCS) Operations Facility building and a 43,000 sf two story Operations and Command Center Facility building in support of Remotely Piloted Aircraft (RPA) Operations at Creech AFB. Work will include the demolition of three existing Pre Engineered Buildings totaling approximately 15,000 sf. The Facilities will be constructed with reinforced concrete foundation/floor slab, structural steel frame, split faced or precast concrete exterior, standing seam metal roof, fire detection/protection, special security enhancements, Secure Compartmented Infrastructure Facility construction, utilities, site improvements, pavements, light poles, landscaping, communications support, electrical infrastructure, backup generator, automatic transfer switch, manual transfer switch, UPS, and all other necessary support for a complete and usable facility. Realignment of existing utility infrastructure will also be required. This project will comply with DoD antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01. The proposed project will be a Negotiated Procurement using the Best Value Trade-Off process in accordance with FAR Part 15.101-1, "Tradeoff Process" to result in a competitive, firm-fixed price contract. The results and analysis of the market research will determine the acquisition decision. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000.00. Estimated duration of the project is 720 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220 -- Commercial and Institutional Building Construction. The Small Business Size Standard is $36,500,000.00. Classification Code: Y -- Construction of structures and facilities. As a reminder under FAR 52.219-14, Limitations on Subcontracting, small business prime contractors must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Should the acquisition be set-aside for Small Business, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Firms' response to this synopsis shall be limited to 5 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Firm's name, address, point of contact, phone number and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work provided above (include the firm's capability to execute construction and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least two (2) examples maximum two (2) pages. Response MUST demonstrate experience in new construction, SCIF construction, AT/FP requirements, military installation construction, demolition, cyber security compliance and communications. One of the projects must be a D-B project. 4. Firm's Business size (Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. Firm's Joint Ventures (existing and potential, if applicable) including mentor-protégé and teaming arrangement information. 6. Firm's Bonding capability (Firms MUST be able to Bond up to $60,000,000.00) (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firms shall respond to this Sources Sought synopsis by email or regular mail no later than 14 March 2019 by 2:PM(PST). All interested firms must be registered in SAM (System Acquisition Management) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 930, Los Angeles, CA 90017, ATTN: Sandy Oquita, CESPL-CT-E, Phone (213) 452-3249, email: sandra.oquita@usace.army.mil. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Primary Point of Contact.: Sandra Oquita, Contracting Officer sandra.oquita@usace.army.mil Phone: 213 452-3249 Fax: 213 452-4184
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »