Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912PM19R0019
SOURCES SOUGHT NOTICE PN 87539 W912PM19R0019 SOF Operations Facility Secure Work Area Fort Bragg, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Annou...
SOURCES SOUGHT NOTICE PN 87539 W912PM19R0019 SOF Operations Facility Secure Work Area Fort Bragg, 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. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct Project Number 87539, SOF Operations Facility Secure Work Area. The project includes renovation of an existing non-secure working area into a secure working area meeting ICD 705 requirements with private and semi-private offices, expanded Male/Female latrines, dividable 120 PN Classroom, VTC spaces, and upgraded HVAC system. Provide for STC-50 rated walls, doors, ceiling and floors, fire suppression; fire alarm, mass notification and security measures. Installation of cybersecurity measures including identity assurance and operational resilience to fire life safety systems, building automation (EMCS/UEMCS) systems, and electronic access control systems, integrated commercial intrusion detection security systems (CCTV, IDS), cable TV, a protected distribution system, and connection to the energy management control system. Provide sustainability/energy measures and building information systems. Access for individuals with disabilities will be provided. Furniture and equipment, comprehensive interior design, electronic security systems, and audio visual services are included. Existing facility construction consists of composite concrete floor slab with a steel rigid frame structure. Department of Defense principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Heating and air conditioning will be provided by two (2) self-contained systems. One system for the Secure Working Area and a separate system for the Team Room Vault. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $5,000,0000.00 and $10,000,000.00. All interested firms with 236220 as an approved NAICs code have until 11 APRIL 2019 at 2:00 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. - Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (i.e., construction of a secure work area) of similar size, scope and complexity on three (3) but no more than five (5) recent projects equal to or greater than $3,500,000.00 in value (not more than six (6) years old) and a minimum of 6,750 Square Feet in area. Two (2) projects must include evidence of the construction of similar Sensitive Compartment Information Facility (SCIF) construction projects constructed at ICD 705 Standards. Projects may include construction of a Sensitive Compartment Information Facility (SCIF) where the entire facility is a SCIF. All project examples submitted must be as the prime contractor, Joint Venture or Mentor Protégé. Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation, etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the protégé firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. If the offeror is a Joint Venture (J-V), relevant project experience should be submitted for projects completed by the Joint Venture entity, or the individual firms that make up the joint venture. Offerors that are part of the DoD Mentor Protégé program may submit two (2) recent and relevant projects completed by the Mentor with the remaining project being submitted on behalf of the protégé. Any supporting documentation that confirms your socio-economic status as a team should be provided. 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 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: Drew Cranford E-mail: andrew.cranford@usace.army.mil The email should be entitled: PN 87539 SOF Ops Fac Secure Work Area 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 out of 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.