Inactive
Notice ID:W912PM19B0016
W912PM19B0016 The Wilmington District, U.S. Army Corps of Engineers is seeking interest in construction of Project Number SC-00016-18, Construct Admin Facility, at ATF, Ft Bragg, Fayetteville, Cumberl...
W912PM19B0016 The Wilmington District, U.S. Army Corps of Engineers is seeking interest in construction of Project Number SC-00016-18, Construct Admin Facility, at ATF, Ft Bragg, Fayetteville, Cumberland County, North Carolina. This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. 1.1 SCOPE OF WORK The work consists of furnishing all labor, equipment, transportation, and materials necessary to perform all work in strict accordance with these specifications, schedules, Drawings, and other contract documents. The scope of work of this contract includes, but is not limited to, the following specific items of work: 1.2 CIVIL WORK Civil/Site work consists of construction of an apron area on the south side of the new building and provide concrete sidewalks to connect all point of egress on the new building. Also construct an access drive to connect the pavement on the north side of the building site to the existing gravel perimeter road south of the provide side. Install storm drain including roof headers and a new culvert as necessary to drain the site to a storm water facility or existing ditches. The access drive will be constructed of compacted gravel as shown in the contract drawings. Site work will also include the installation of a section of guardrail along east side of the existing driver training course south of the proposed admin building and the installation of associated utilities including communications duct bank, water service line, and sewer with sewer holding tank. 1.3 STRUCTURAL/ARCHTECTURAL WORK Construct a new approximate 80ft x 50ft (4000 SF) pre-engineered metal building with a 15 foot eave height and personnel doors on each end of the building. The interior of the building shall be insulated and furred out with studs and gypsum wall boards. Building perimeter shall be constructed in accordance with ICD/ICS 705 standards. Eight (8) personnel are anticipated to occupy the building full time. Spaces within the building are anticipated to include: a. ICD/ICS 705 compliant VTC Conference Room b. Four (4) offices c. One (1) Print/Copy room d. Two (2) storage rooms to accommodate wall shelving e. Male and Female Latrine f. Break Room with sink and refrigerator g. Janitor closet h. Mechanical, Electrical and Telecomm Rooms 1.4 MECHANICAL/PLUMBING WORK Construct a new mechanical room with exterior access. Interior walls shall extend to roof structure. Install a mechanical system capable of providing heating and air conditioning within the building in accordance with applicable EISA and ASHRAE code requirements as specified on the plans and specification. Provide water and sanitary sewer services for the new building. Water shall be extended from the existing well system serving the compound. An existing 2-inch water line serves building O-9194 and shall be evaluated to determine if it has sufficient capacity to be extended to provide domestic water to the new building. Sanitary sewer service shall be provided to the building via gravity sewer lines and a new holding tank. There is an existing 3,000 gallon holding tank that serves building O-9194 and AE shall evaluate feasibility of removing this tank and installing a new holding tank sized to accommodate building O-9194 and the new admin building as a construction bid option. Permitting is not anticipated to be required for new holding tanks. 1.5 ELECTRICAL/TELECOMMUNICATIONS/SECURITY WORK Electrical work consists of installation of a 120/208 volts, three phase service with all related work. Also provide interior LED lighting and receptacles throughout the building. Exterior lighting on the building will be photocell controlled with manual override switches. A lightning protection system is also required. All work shall be as shown on the construction documents. Telecommunications work consists of installation of new telecommunications room with interior access within the new building. Interior walls shall extend to roof structure. Install pull strings for in duct banks as shown on the plans for Government installation of cabling. Outside plant (OSP) telecommunications work shall not be included in the construction contract. In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $1,000,0000.00 and $5,000,000.00. All interested firms with 236220 as an approved NAICs code have until 08 July 2019 at 12:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current System for Award Management (SAM) registration information - Business Size, to include designation as HUB Zone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, e.g., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of Hub Zone and 8(a) via SAM. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. Noting your company as an interested party in the FBO Interested Parties List does not fulfill the Contracting Officer's need for information. Please be sure to submit all of the information requested above directly to the individuals shown below. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Jere West Email: jere.f.west@usace.army.mil and U.S. Army Corps of Engineers Attn: Cameron Cox E-mail: cameron.d.cox@usace.army.mil The email should be entitled: SC-00016-18-C Construct Admin Facility, ATF Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising from responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.