MAIN ENTRY CONTROL FACILITY, Patrick AFB, FL. Construct main entry control facility for priviately owned vehicles, including visitor center

expired opportunity(Expired)
From: Federal Government(Federal)
W9127819L0029

Basic Details

started - 15 Apr, 2019 (about 5 years ago)

Start Date

15 Apr, 2019 (about 5 years ago)
due - 30 Apr, 2019 (about 5 years ago)

Due Date

30 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W9127819L0029

Identifier

W9127819L0029
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.

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Patrick AFB, FLThe purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business firms interested in a prospective procurement of construction services at Patrick AFB, FL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.The U.S. Army Corps of Engineers, Mobile District, anticipates constructing Main Entry Control Facility (ECF) for Privately Owned Vehicles (POV) including a visitor center, POV gatehouse with canopy and ID check stations, POV inspection facility and a POV overwatch at Patrick
Air Force Base utilizing conventional design and construction methods to accommodate the mission. Facility construction will consist of reinforced concrete slabs/foundations, structural steel frames and split faced block veneer as well as spanish clay tile roofs. The project will include all necessary utilities, site improvements, pavements, communications infrastructure, active and passive security infrastructure including final denial barriers, an emergency backup generator and/or connections to an emergency power source with a transfer switch and all other supporting infrastructure necessary for complete and useable facilities. The project will demolish multiple facilities including three substandard lodging facilities (Bldg. 264, 265, 404), visitors center (Bldg 577), gate houses/ID Checks (Bldg 543), storage (Bldg 245), Bldg 420 and electrical vault (Bldg 429). Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The project will comply with DoD Minimum Antiterrorism Standards for Buildings requirements per UFC 4-010-01. Facilities and supporting structure will be designed and constructed in accordance with FC 4-022-01 Security Engineering, Entry Control Facilities/Access Control Points and the Air Force Facilities Dynamic Prototype Design: Entry Control Facilities/Installation Access Control Points (ECF/IACP). The prospective procurement will involve awarding a construction contract in the range of $5-$15 million. Additionally, the project must be completed within 24 months after the Notice-to-Proceed is issued.Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36.5 million. Responses should include the following information and shall not exceed a total of eight pages:1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: kelly.a.hallstrom@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than April 30, 2019. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure. Contact Information: Kelly A. Hallstrom, Contract Specialist, Phone 2516943872, Email kelly.a.hallstrom@usace.army.mil - Kyle M. Rodgers, Contracting Officer, Phone 2516903356, Email kyle.m.rodgers@usace.army.mil Office Address :P. O. Box 2288109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001 Location: USACE District, Mobile Set Aside: N/A

USACE District, MobileLocation

Place Of Performance : USACE District, Mobile

Country : United StatesState : Alabama

Classification

NAISC: 236220 GSA CLASS CODE: Y