The RFP Database
New business relationships start here

Design/Bid/Build Yakima, WA ECS Modified TEMF


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

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately.


Project Location: Yakima Training Center is south of the city of Yakima, WA, on the north by the city of Ellensburg and Interstate-90. The site is a part of Joint Base Lewis-McChord (JBLM).


Project Description: New construction of a 29,000 SF Modified Tactical Equipment Maintenance Facility (TEMF) for Equipment Concentration Site (ECS) 10 at Yakima Training Center (YTC), WA. Building(s) will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack(s)/platform(s), bi-level equipment loading ramp, overhead crane spanning work bays, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. 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, building envelope and integrated building systems performance. Air Conditioning (Estimated
103 Tons).


Contract duration is estimated at 620 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email by Friday, December 28, 2018 by 3:00 PM Eastern Standard Time.



Responses should include:
1. Identification and verification of the company's small business status.
2. Contractor's DUNs Number(s) and CAGE Code(s).
3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.
4. Description of Experience -Interested construction firms must provide no more than three (3) past projects with greater than 90 percent construction complete or those projects completed within the last five (5) years which are similar to this project in size and scope. Provide documentation demonstrating experience for projects of similar type buildings, managing a design team and managing multiple sub-contractors. Demonstrated experience includes self-performing 15 percent of the construction. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.


a. Projects similar in Scope to this project included:
New Construction of National Guard armories, maintenance facilities, warehouses, army reserve centers, armed forces reserve centers and administrative buildings.


b. Projects similar in size to this project include:
New construction projects approximately 20,000 square feet or greater.


c.Based on definitions above, for each project submitted include:
i. Current percentage of construction complete and the date when it was or will be completed
ii. Scope of the project
iii.Size of the project
iv. The dollar value of the construction contract and if the projects were design/bid/build or design/bid.
v. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed.
vi. Identify the number of subcontractors by construction trade utilized for each project.


5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.


NOTE: Total submittal package shall be no longer than 8 pages.Please only include a narrative of the requested information; additional information will not be reviewed.


Email responses to Karla B. Wright at karla.b.wright@usace.army.mil. If you have questions please contact Karla Wright at karla.b.wright@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.


NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.


All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Award Management, which indicates "All payments by the Government under this contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.


Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.


ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.


Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.


Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.
To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).


 


 


 


 


 


 


Karla B. Wright, Contract Specialist, Phone 5023156990, Email karla.b.wright@usace.army.mil - Roland Lim

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP