SOF Tactical Equipment Maintenance Facility

expired opportunity(Expired)
From: Federal Government(Federal)
W912PM-17-R-0022

Basic Details

started - 22 Jun, 2017 (about 6 years ago)

Start Date

22 Jun, 2017 (about 6 years ago)
due - 30 Jun, 2017 (about 6 years ago)

Due Date

30 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W912PM-17-R-0022

Identifier

W912PM-17-R-0022
Department of the Army

Customer / Agency

Department of the Army
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 NOTICEFORPN 79453SOF Tactical Equipment Maintenance FacilityFort Bragg, North CarolinaThis is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it aRequest 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 SOF Tactical Equipment Maintenance Facility. The scope of work includes: Construct a new standard two-story tactical equipment maintenance facility of approximately 3,350 SM (36,060 SF); petroleum, oil and lubricants, and hazardous waste storage building of approximately 100 SM (1,080 SF); organizational storage building of approximately 1,500 SM (16,140 SF); and organizational vehicle parking of approximately 26,930 SM (32,200 SY).The design of the equipment maintenance facility and other facilities will match the Fort Bragg Installation
Design Guide to include concrete foundations and floor slabs, steel frame, exterior metal wall panels above brick veneer masonry walls, and sloped metal roof panels. Base Bid Design shall include the complete designs for the Furniture, Fixtures, and Equipment (FF&E), Audio Video (AV), and Electronic Security System (ESS) necessary to support the TEMF building. These designs shall include, but are not limited to, all required building infrastructure, detailed equipment lists, and equipment wiring diagrams required to support any optional bid item specific requirements.Built-in building systems include fire alarm/mass notification; fire suppression; utility management control; telephone; advanced communications networks; cable television; and infrastructure for intrusion detection, closed circuit surveillance, and electronic access control system. Project includes the installation of electronic security system equipment (intrusion detection, closed circuit surveillance, and electronic access control) funded by other appropriations. Supporting facilities include all related site-work and utilities (electrical, water, gas, sanitary sewer, and information systems distribution), security lighting, power and communication connections in the organizational vehicle parking area for specialized vehicles and deployment containers, storage tanks, security fencing, privately owned vehicle parking, access drives, roads, curb and gutter, sidewalks, storm drainage and treatment structures, signage, landscaping, and other site improvements. Special construction includes sustainable construction features complying with certifiable to Leadership in Energy and Environmental Design (LEED) "Silver" with enhanced commissioning. Access for persons with disabilities will be provided. Comprehensive interior, electronic security systems, and audio visual design services are included.The project includes demolition of multiple buildings. The approximate square footage to be demolished is approximately 43,600 square feet. These buildings will be operational and occupied until construction of the new TEMF facility is complete.A 10-ton bridge crane is required in this TEMF. Air conditioning: 281 kW (80 tons).The magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00.All interested firms with 236220 as an approved NAICs code have until 30 June 2017 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.- Evidence of capabilities to perform comparable work (i.e., complex construction projects, including secure area construction (e.g. military installation)) in the area of Building Construction on three (3) recent projects equal to or greater than $7,500,000.00 in value (not more than six (6) years old), one (1) project must include the construction of a similar facility as a TEMF (as the Prime Contractor). 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, 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. Include firm's in-house capability to execute design and construction, or established relationship with a design firm to perform Design Build. 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 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 EngineersAttn: Tonja DrekeE-mail: tonja.j.dreke@usace.army.milThe email should be entitled: SOF Tactical Maintenance Facility, Sources Sought, PN 79453Do 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 partnerAll 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.Contact Information: Tonja J. Dreke, Contract Specialist, Phone 9102514804, Email tonja.j.dreke@usace.army.mil Office Address :CESAW-CT, 69 Darlington Ave Wilmington NC 28403-1343 Location: USACE District, Wilmington Set Aside: N/A

Fort Bragg, NCLocation

Address: Fort Bragg, NC

Country : United States

You may also like

Kaspar Maintenance Facility Commissioning Exhibit A-2 Kaspar Maintenance Draft Specifications

Due: 03 May, 2024 (in 1 day)Agency: Northern Arizona Intergovernmental Public Transportation Authority

Kaspar Maintenance Facility Commissioning Pre-Submittal Meeting

Due: 03 May, 2024 (in 1 day)Agency: Northern Arizona Intergovernmental Public Transportation Authority

Please Sign In to see more like these.

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

Classification

NAISC: 236220 GSA CLASS CODE: Y