United States - PN 92594 SOF Operations Support Facility

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 May 2019
Opportunity publication date
27 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 26, 2019 2:08 pm

SOURCES SOUGHT NOTICE
W912PM19R0021
PN92594, SOF Operations Support Facility, 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.
The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct a 36,000 SF. Operations Support Facility built to sensitive compartmented information (SCI) standards. Project includes command section with VTC conference room; life support area with gear storage room, covered loading dock, equipment room, training room, service area, and armory;, private and open office areas planning and training area; language training area with one-roof lab; security office; medical area with offices, exam room, and drug storage area; operations center with private offices; auditorium; heritage/break room; male and female latrines with showers and lockers; janitor closets; electrical room; mechanical room; and communication/server rooms. Project includes information systems, fire detection, alarm, and suppression systems, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Project includes information systems, mass notification system, Cyber security, and fire protection, detection, and alarm systems. Provide elevator; uninterruptable power source for critical areas; emergency standby power for the entire facility; raised floor system; redundant chiller for the server room; intrusion detection system and closed circuit television installation; cypher locks; and sound attenuation around the command suite and command suite conference room. Supporting facilities include utility services and connection (electrical, water, sanitary sewer, and natural gas); security lighting; GOV parking; POV parking; service drives; walks, curbs and gutters; storm drainage to include outfall relocation; information systems, to include fiber optic cable service and relocation of communications duck bank; lightning protection systems; landscaping; signage; and site improvements. Heating and air conditioning will be provided by self contained system. Measures in accordance with the Department of Defense Minimum Antiterrorism for Buildings standards will be provided. Heating and air conditioning will be provided by self-contained system. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities 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 (UFC1-200-02) including energy efficiencies, building envelope and integrated building systems performance.
The magnitude of construction for this project will be between $25,000,000.00 and $100,000,000.00.
All interested firms with 236220 as an approved NAICs code have until 27 May 2019 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, e.g., 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 - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating your firms bonding capability.
- Evidence of past experience to include renovation or construction of similar requirements not more than six (6) years old (i.e., complex construction projects, including secure area construction (e.g. military installation)) in the area of Building Construction on:
1) Three (3) projects equal to or greater than $17,500,000.00 in value.
2) Three (3) projects equal to or greater than 21,500 SF in size.
3) At least two (2) of the projects must include the construction of a Sensitive Compartment Information Facility (SCIF) area.
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.
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.
The requested information shall be submitted electronically to:
U.S. Army Corps of Engineers
Attn: John Hill
E-mail: john.t.hill@usace.army.mil
And
Michael Mullen
E-mail: michael.m.mullen@usace.army.mil

The email should be entitled: PN92594, SOF Operations Support Facility, Fort Bragg, NC, Sources Sought
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.

Opportunity closing date
27 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Wilmington United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?