PN 87447 SOF Supply Support Activity at Fort Bragg, NC
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. T... 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 a general-purpose storage building for use as a Supply Support warehouse at Fort Bragg, NC. Facility includes Property Book Office (PBO), covered storage, organizational vehicle parking, building information systems, fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include underground utilities (water, sewer, gas), electric service, loading docks, ramps, parking and access roads, paving, sidewalks, curbs and gutters, storm drainage, information systems, landscaping, signage, and site improvements. Heating and air conditioning will be provided by self-contained systems, air conditioning is estimated at 20 Tons. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive Interior Design and furnishings related design services are required. Accessibility for individuals with disability will be provided. 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. The proposed construction is sited in the Yarborough Complex at Fort Bragg, NC in the northwest quadrant of the intersection of Eagle Talon Drive and Tora Bora Boulevard. The site is developed with a significant slope from west to east. The building totals 23,310 SF split into separate functions – The GIP area (4,179 SF) is separated (with no interior access) to the other two. The SSA and PBO both have access to the two-story administration area (3,696 SF / Floor) and the warehouse area (11,739 SF). The building has two gabled roofs divided between the two-story administration area and the warehouse portion of the building. The roof ridge of the 3/12 sloped roof at the building’s administration area is approximately 37’-10” above grade. The roof ridge of the 1/12 sloped roof at the building’s warehouse area is approximately 28’-11” above grade. The building is classified as Type IIB w/ a 1 Hr separation between the administration and warehouse areas. The administration area is designed to meet low level of protection from the blast threat requirements for the blast threat. The covered storage area is 6,300 SF and will contain a serviceable and unserviceable area with security fencing. The warehouse area of the SSA will be divided into defined areas (Issue, Receiving, Storage & Turn-in) with distinct functions. These spaces will be provided with counters and workstations. Metal storage bin systems (approximately 13’ tall for a stack of 3 bins) will be utilized throughout the warehouse to hold gear on hand. Other spaces included in the warehouse are a cage storage area & storage vault as well as a forklift charging stations enclosed with an overhead coiling door. The warehouse is provided with four overhead sectional doors (2 loading dock doors w/ levelers and dock seals & 2 doors for forklift access on grade). The administration area houses the majority of the office functions for the facility including, offices, conference rooms, file storage, printing/copying & breakrooms. The building envelope of the administration area has been designed to provide a low level of protection from the designated blast threat and the entire building will meet requirements for forced-entry protection. The GIP area of the facility will be completely separated from the SSA and PBO and will contain its own administration and warehouse spaces. These spaces will contain similar accommodations as listed for the SSA and PBO spaces. The supporting facility elements include all pertinent utilities, employee parking area, fenced secure vehicle parking area, concrete hardstand, walks, curbs and gutters, storm drainage, storm water management, landscape plantings, fencing and signage. Access for the handicapped will be provided throughout the facility. Heat and air conditioning will be self-contained systems. Force protection measures include the use of standoff distances and security fencing with operable gates. Design and construction will follow LEED criteria to meet LEED silver certification. In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00. All interested firms with 236220 as an approved NAICs code have until 22 September 2022 at 2:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - Firms shall provide evidence of bonding capability for both single and aggregate bonding programs by means of a letter from a Surety Company. This correspondence should explicitly state the responding firms authorized bonding program in addition to documenting the firm’s capacity on current contracts and/or task orders. Submittals including what a Surety can provide does not meet the requirement of what a firm can receive as a bonding instrument. - Evidence of capabilities to perform comparable work i.e., complex construction projects of similar size, scope and complexity on three (3) and no more than five (5) recent projects that are: Equal to or greater than $10,000,000.00 in value (not more than six (6) years old) Projects equal to or greater than 13,000 square feet in renovation, and 1,000 SF New Construction. At least two (2) of the selected projects must have had at least LEED Silver Certification. 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, Design-Bid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. 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. - 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 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. 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. The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Attn: Karri L. Mares and John T. Hill E-mail: karri.l.mares@usace.army.mil John.t.hill@usace.army.mil SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: PN 87447 SOF Supply Support Activity, Fort Bragg, NC - Sources Sought_COMPANY NAME. 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.
Data sourced from SAM.gov.
View Official Posting »