Inactive
Notice ID:W912QR-19-AUTOMATEDINFANTRYPLATOONBATTLECOURSE
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, cert...
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project includes new construction of a modified standard Automated Infantry Platoon Battle Course (IPBC) at Ft. Campbell, KY. Primary facility work includes the IPBC, range operations control area, range tower, classroom building, operations/storage building, bleacher enclosure, covered mess, ammunition breakdown building, and latrine, approximately 3,700 SF in total size . Heating and air conditioning will be provided by self-contained units. Supporting facilities include electrical service, site improvements, storm drainage, and information systems. Site work also includes the addition of six (6) firing positions, approximately 54 acres in total size. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Sustainability/Energy measures 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) which include energy efficiencies, building envelope and integrated building systems performance. Contract duration is estimated at 540 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 16 August 2019 by 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide descriptions of up to (3) three projects with greater than 95% completion by you as the prime contractor within the past five (5) years which are similar to this project in size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Construction of firing range complexes/courses with multiple target positions, range operations control area with associated support buildings like classroom, latrine, operations/storage building, and site work. Renovation is not considered similar in scope. b. Projects similar in size to this project include: New firing range complexes/courses with at least 4 firing positions and buildings having combined total square footage of approximately 2,000 SF to include at least 35 acreage of site work. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. (provide square footage, technical description, type and % of trades involved) 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The portion and percentage of the project that was self-preformed. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Interested Offerors shall respond to this Sources Sought Synopsis no later than 16 August 2019 by 2:00 PM Eastern Standard Time. ALL RESPONSES MUST BE EMAILED to Marcel Hull, Contract Specialist, at: Marcel.D.Hull@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.