Repair Building 1603 to AIT Standards at Fort Sill, OK

expired opportunity(Expired)
From: Federal Government(Federal)
W912BV24R0024

Basic Details

started - 05 Mar, 2024 (1 month ago)

Start Date

05 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (23 days ago)

Due Date

05 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
W912BV24R0024

Identifier

W912BV24R0024
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT For Repair B1603 to AIT Standard Fort Sill, Oklahoma This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and award a contract for the design-build construction to repair Building 1603 to AIT standard in Fort Sill, Oklahoma. The proposed project will be a competitive, firm-fixed price, two phase design-build contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: This project will be a design-build construction project for an approximately 210,450 GSF Advanced Individual Training (AIT) Complex that includes living, dining, training, and administrative operations. This project is for the design and construction of a facility that includes replacement and/or repair of all building systems including HVAC systems, heating boilers and domestic hot water boiler, hot water storage, plumbing, exhaust, telecommunications, and fire alarm & mass notification systems. Bring the renovated facility up to current UFC standards to include fire sprinklers, energy monitoring, and mass notification. Minimum ATFP standards shall be applied. The electrical lighting systems shall be analyzed for upgrade and replacement. The structural system shall be analyzed for upgrade associated with renovation design, seismic conditions, and progressive collapse in accordance with UFC and IBC. Interior work includes select building demolition, retrofit of structural columns, new wall partitions, door and window replacement, attic insulation, and interior painting and finishes. Exterior work includes new plumbing line installation, mechanical yard with cooling tower, transformer, and repairs to stairways. In accordance with FAR 36/DFARs 236.204, the estimated construction price range for this project is between $25,000,000 and $100,000,000. In accordance with FAR 22.5 and Executive Order 14063, the use of a Project Labor Agreement (PLA) is required for large-scale construction projects with a total estimated cost of construction at $35 million or more. For additional resources on PLA’s, visit the U.S. Department of Labor resources guide at the link. Project Labor Agreement Resource Guide | U.S. Department of Labor (dol.gov) Please respond to the questions in the attached PLA Labor Market Survey to aid in completion of accurate market research for this project. Estimated period of performance is 734 calendar days. The North American Industry Classification System code for this procurement is 236220 (Commercial and Institutional Building Construction), which has a small business size standard of $45M. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for Phase 1 is on or about 15 May 2024 and the estimated proposal due date will be on or about 14 June 2024. The official synopsis citing the solicitation number will be issued on Contracting Opportunities (formerly FBO, now at https://sam.gov/), and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms’ responses to this synopsis shall be limited to 5 pages and shall include the following information: 1. Firm’s name, address, point of contact, phone number, e-mail address and business CAGE Code. 2. Firm’s interest in bidding on the solicitation when it is issued. 3. Firm’s capability to perform a contract of this magnitude and complexity. Include firm’s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. 4. Firm’s Business Size - LB, SB, 8(a), HUBZone, SDVOSB or WOSB. 6. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 8. Firm’s Completed PLA Labor Market Survey attached in the synopsis. Interested firms shall respond to this sources sought synopsis no later than 2:00 PM CST, 5 April 2024. All interested firms must be registered in Contracting Opportunities (SAM.gov) to be eligible for award of government contracts. Email your response to Lindsey Byfield, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Lindsey.M.Byfield@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.

Fort Sill, OK, 73503, USALocation

Place Of Performance : Fort Sill, OK, 73503, USA

Country : United StatesState : Oklahoma

Classification

NAICS CodeCode 236220
Classification CodeCode Z1JZ