The RFP Database
New business relationships start here

Constructing of a Modern Industrial Military Manufacturing Facility


Missouri, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Title: Modern Industrial Military Manufacturing Facility, Kansas City Metro Area, Missouri - W912DQ-19-SS-6000

Notice Type: SOURCES SOUGHT - UPDATE 13 August 2019

Response Date: August 28, 2019

NAICS Code: 236210 (Industrial Building Construction)


The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 236210 (Industrial Building Construction). This announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition or project approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice

The U.S. Army Corps of Engineers, Kansas City District (USACE) seeks qualified firms interested and capable of constructing a Modern Industrial Military Manufacturing Facility to support the Army's Modernization Program. The Facility is currently in the design phase with an anticipated design completion date of winter 2021.
 
The proposed procurement will be a Design-Bid-Build competitive, firm fixed price construction contract that results in the "Best Value" to the Government.

The Modern Industrial Military Manufacturing Facility will be located in the Kansas City Metro Area, Missouri. The facility is estimated to be approximately 450,000 SF complex and will have dedicated structures to support large scale manufacturing with heavy and light industrial manufacturing areas to include some explosive operations; shipping, receiving, and packaging areas; and general use and administrative areas. Heavy industrial manufacturing areas will be constructed for various types and sizes of manufacturing equipment. Light industrial manufacturing areas will be constructed for various types and sizes of manufacturing equipment, laboratory facilities, quality control areas, maintenance shops, and other support functions. The facility will support flexible manufacturing processes and will be constructed to accommodate expansion at a later date. The facility will also support a significant amount of automation and advanced material handling; however, manufacturing equipment will be designed, purchased, and installed by others.
The work to be performed includes:
• Site Preparation and Improvements
• Storm Drainage
• Bringing utilities to the site including:
o Water
o Steam lines
o Sanitary Sewer
o Industrial Waste
o Gas
o Electrical including Substation
• Construction of Foundations
• Construction of blast-resistant manufacturing areas
• Construction and paving, walks, curbs, gutters, loading docks, and parking areas
• Construction of an estimated 450,000 +/- SF Manufacturing Facility Complex
• Installation of HVAC systems
• Installation of building controls/systems
• Installation of overhead crane(s)
• Routing utilities within the facility
• Routing and installation of communication lines
• Enhanced Building Commissioning

In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is: Between $250,000,000 and $500,000,000.

The construction period is TWO years.
 
Small businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction.

Prior Government contract work is not required for submitting a response under this sources sought notice.

Firm's response to this Notice shall be limited to 12 pages and shall include the following information:

1. Firm's name, address, point of contact, phone number, and e-mail address.
2. Firm's interest in submitting a proposal for the solicitation when it is issued.
3. Firm's Business Size (e.g. large business, small business, 8(a), HUBZone, SDVOSB).
4. Provide the number of current employees that hold a DoD security clearance.
5. Firm's capability to perform a contract of this magnitude and complexity. Provide at least 3 recent relevant/comparable projects completed within the past 8 years that demonstrate the Firm's capability to execute construction that is comparable to that required for this project, Include a brief description of the project and how it is comparable to the work required for this project, customer name and contact information, timeliness of performance with respect to the contract schedule, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, etc), delivery method (Design-Bid-Build, Design-Build, etc) and dollar value of each project.
6. Identify experience constructing a manufacturing facility.
7. Identify experience working on a security controlled site.
8. Firm's proposed partnership to execute the work, if applicable. Identify if, based upon the scope of this project, you would form a joint venture to execute this work. Provide Joint Venture information, if applicable, including DUNS number and CAGE code.
9. Firm's bonding capability to cover the magnitude range listed above (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Include any concerns associated with providing performance and payment bond for the projected contract value identified.
10. Provide input on the use of Pre-Qualification of Sources. Has your firm been involved with an acquisition that used a Pre-Qualification of Sources as part of the selection process? If so provide a short explanation of the process and your firm's insight regarding the process.
11. Would your firm be interested in providing additional input to the Government regarding this project and the potential acquisition approach? If so what would be your preferred method, conference call, face-to-face, WebEx meeting?
12. Please provide answers to the following questions regarding the use of a Project Labor Agreement on this project to facilitate economy and efficiency on this project.
A. Do you have knowledge that a PLA has been used in the local area on
projects of this kind? If so, please provide supporting documentation?


B. Are you aware of skilled labor shortages in the area for those crafts that will
be needed to complete the referenced project? If so please elaborate and
provide supporting documentation where possible.


C. Are you aware of time sensitive issues/scheduling requirements that would
impact the rate at which the referenced project should be completed? If so,
please elaborate and provide supporting documentation where possible.


D. Identify specific reasons why or how you believe a PLA would advance the
Federal Governments interest in achieving economy and efficiency in federal
procurement.


E. Identify specific reasons why you do not believe a PLA would advance the
Federal Governments interest in achieving economy and efficiency in federal
procurement.


F. How would the use of a PLA impact project costs?


G. Please identify any additional information you believe should be considered
on the use of a PLA for the referenced project.


H. Please identify any additional information you believe should be considered
on the non-use of a PLA for the referenced project.

Interested Firms shall respond to this Sources Sought Notice no later than August 28, 2019 at 1:00 pm, local Kansas City time. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Jay Denker at Jay.B.Denker@usace.army.mil


 


Jay B. Denker, Contracting Specialist, Phone 8163893934, Email Jay.B.Denker@USACE.Army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP