National Guard Vehicle Maintenance Shop Addition/Alteration, Est. Nazareth Military Compound, Charlotte Amalie, St. Thomas, USVI

expired opportunity(Expired)
From: Federal Government(Federal)
W912EP21Z0004

Basic Details

started - 23 Oct, 2020 (about 3 years ago)

Start Date

23 Oct, 2020 (about 3 years ago)
due - 06 Nov, 2020 (about 3 years ago)

Due Date

06 Nov, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912EP21Z0004

Identifier

W912EP21Z0004
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.

This announcement constitutes a SOURCES SOUGHT SYNOPSIS.  This announcement seeks information from industry and will
ONLY be used for preliminary planning purposes. 
THIS IS
NOT A SOLICITATION FOR PROPOSALS AND
NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.  Respondents will not be notified of the results of the evaluation. 
The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2021 award of the aforementioned project.    The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities and qualifications of the Small Business Construction Industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible
contractors.
The proposed project will be a
Firm Fixed Price (FFP) contract.  The type of solicitation to be issued is anticipated to be a Request For Proposal (RFP).  No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested.
DESCRIPTION OF WORK: This requirement is a Design Bid Build project for the Virgin Island Army National Guard at Charlotte Amalie, St. Thomas USVI. To construct a 4,762 SF expansion and minor repair to the existing 3,410 SF National Guard Vehicle Maintenance Shop that supports both organizational and support maintenance to repair combat and tactical vehicle requirements for the VIARNG. This facility will be built on Territory Land. 100% Design will be completed prior to advertisement.
This is an addition/alteration of the existing National Guard Vehicle Maintenance Shop. It will result in restoration and hardening of the existing site with an addition of a special purpose wash bay, battery charging area, and bulky equipment storage. This facility will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per Public Law 90-480. Construction will include all utility services, information systems fire detection and alarm systems, roads, walks, curbs, gutters, storm drainage, parking areas and site improvements. Special work involved will include building facilities to withstand category five hurricanes in order to minimize future damage. In addition, the additional facilities will be constructed around an existing ravine system.  Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance as per ASA(IE&E) Sustainable Design and Development Policy updated 2017. Access for individuals with disabilities will be provided. Antiterrorism measures in accordance with the DoD Minimum Antiterrorism for building standards will be provided.
The project will have an estimated period of performance of 730 calendar days after receipt of the Notice to Proceed (NTP)

NAICS Code 236220 - Commercial and Institutional Building Construction and the Small Business Size Standard is $39.5 million.  The anticipated magnitude of construction is
$1,000,000.00 - $5,000,000.00.
 
Firm's response to this Synopsis shall be limited to (10 pages and shall include the following information:

Firm's name, address, point of contact, phone number, website, and email address, duns number and cage code.
Firm's interest in bidding on the solicitation when it is issued.
Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 7 years. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. Ensure your firm submits a substantiated statement that demonstrates its ability to execute the work and any experience it has working in the US Virgin Islands.
Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.
If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential.
Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.
Indicate if by combining these locations and project work, does this impact you firm's ability to compete for these projects. 
 
NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT.
Responses to this Sources Sought Synopsis must be received no later than 2:00 pm, EST on 06 November 2020 and shall be sent to Contract Specialist Dewayne A. Sparks at Dewayne.A.Sparks@usace.army.mil and Contracting Officer Mrs. Claurice M. Dingle at Claurice.M.Dingle@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. 
Anticipated solicitation issuance date is on or about 08 March 2021.  The official Synopsis citing the solicitation number will be issued in electronic format only and will be posted on the beta Sam.Gov website at
https://beta.sam.gov/.  In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta Sam.Gov website at
https://beta.sam.gov/.  If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. 
Please Note:  
Prior Government contract work is not required for submitting a response under this sources sought synopsis.  All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation.  For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance.
Product Service Code:- Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
NAICS Code:- 236220 - Commercial and Institutional Building Construction
Primary point of contact:- DeWayne A. Sparks  
dewayne.a.sparks@usace.army.mil  
Phone Number 9042321626
Secondary point of contact:- Claurice M. Dingle  
claurice.m.dingle@usace.army.mil  
Phone Number 9042321387

St Thomas ,
 VI   USALocation

Place Of Performance : St Thomas , VI USA

State : St. Thomas