PN 90610 SOF Arms Room Addition

expired opportunity(Expired)
From: Federal Government(Federal)
W912PM24R0014

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 26 Apr, 2024 (3 days ago)

Due Date

26 Apr, 2024 (3 days ago)
Bid Notification

Type

Bid Notification
W912PM24R0014

Identifier

W912PM24R0014
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 NOTICE FOR PN 90610 SOF Arms Room Addition Fort Liberty, 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 renovate the Arms Room in the SOTF main administrative building, 0190M. Project consists of new construction of Loading Bay and renovation of Arms Room. Building fortification for this project is unique in nature and not included in the unit cost of the building. Swing space will be provided in portions of Building 0190N and will require improvements to meet the mission. Provide fire detection, alarm, and suppression systems and connection to Energy Monitoring Control Systems (EMCS). Install building information systems, Intrusion Detection System (IDS) and Mass
Notification System. Provide hazardous materials abatement and swing space move. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections (electrical service, water, sewer, and gas), upgrade the main power supply, lighting, paving, POV parking, storm drainage, information systems, landscaping and signage. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. 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 and integrated building systems performance. Heating and air conditioning will be provided by self-contained systems. Air Conditioning (Estimated 55 Tons) In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $10,000,000 and $25,000,000. All interested firms with 236220, Commercial and Institutional Building Construction, as an approved NAICs code have until 26 April 2024 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. [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, 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 - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity to cover the limits of the magnitude of construction. 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 $7,000,000.00 in value (not more than five (5) years old); and Projects equal to or greater than 16,500 square feet. This project will be designed and constructed in accordance with Unified Facilities Criteria, DoD criteria, Installation Architectural Compatibility Plan, Army Regulations, and applicable U.S Federal Environmental Laws and Regulations. Antiterrorism/force protection measures will be included in accordance with current DoD criteria. 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. 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 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 Nicolette Campbell, Contract Specialist John Hill, Contracting Officer E-mail: nicolette.l.campbell@usace.army.mil john.t.hill@usace.army.mil SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: PN 90610 SOF Arms Room Addition - 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.

Fort Liberty, NC, USALocation

Place Of Performance : Fort Liberty, NC, USA

Country : United StatesState : North Carolina

You may also like

Wrong way pavement delineation and install LED sign system.

Due: 01 May, 2024 (Tomorrow)Agency: Department of Transportation

Renovate Greenhouse and Construct Addition

Due: 14 May, 2024 (in 13 days)Agency: Illinois Capital Development Board

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 236220
Classification CodeCode Z2GA