The RFP Database
New business relationships start here

Design-Build Construction of JPRA CCMSF


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

THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR a Design-Build contract for a new Command and Control Mission Support Facility at Fairchild Air Force Base, White Bluff Site, WA for the Joint Personnel Recovery Agency. The proposed project will be a firm fixed-price construction project. The Construction Cost Limitation (CCL) for this project is $12 million. For this potential project, 100 percent payment and performance bonds will be required.


THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published on Federal Business Opportunities (www.FBO.gov). Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement.


This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms. The North American industry Classification System (NAICS) Code for this project is 236220 - Commercial and Institutional Building Construction, with a small business size standard of $39.5M.


Note for the purposes of this procurement, a concern is considered a Small Business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $39.5 million.


PROJECT INFORMATION: The Seattle District is anticipating solicitation of contract to design and construct a multi-level Command and Control Mission Support Facility of approximately 2781 square meters. Building will require High Performance and Sustainable Building Guiding Principles Compliance (HPSB). HPSB GPC third party certification using either US Green Building Council (USGBC) or Green Building Initiative (GBI). The facility will have concrete masonry veneer exterior and insulated metal roof, and be outfitted with automatic fire sprinklers, mass notification and alarm systems, and infrastructure for intrusion detection for connection to the Installation. All associated infrastructure (including cybersecurity) and pavement necessary for the building, its access, and occupant parking are included as part of this project. This project also includes a new access control features into the White Bluff Site, with control gate and Security Check House of approximately 93 square meters, as well as partial demolition of existing buildings totaling approximately 153 square meters.

SUBMISSION REQUIREMENTS
Interested firms should submit a capabilities package limited to five (5) pages and include the
following:


1. Firm's name, address (mailing and URL), point of contact, phone number, email address.


2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business).


3. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope. Examples should include the following information:


a. A description of the project and dollar value of each project.


b. A description of experience demonstrating major design and construction of facilities which show:
• Evidence of demonstrated experience with design and construction of sustainable multi-level administrative buildings of equivalent magnitude with successful GPC third party certification through either USGBC or GBI within the past five years.
• Evidence of demonstrated experience with design and construction of projects with successful completion of server spaces.
• Evidence of demonstrated experience with construction projects on active military installations.

4. Bonding company and limits: (1) Single Bond, (2) Aggregate
NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT

5. CAGE code and DUNS number of your firm.


6. Firm's Joint Venture Information, if applicable.


7. Identify if your firm intends to team or subcontract any work under this requirement, and what is the anticipated percentage of work you are capable of in your own right and what percentage you are subcontracting?
__Large Business (LB)____%
__Small Business (SB) ____%
__Small Disadvantage Business (SDB) ____%
__Woman-Owned SB (WOSB) ____%
__Veteran-Owned SB (VOSB) ____%
__Service-Disabled VOSB (SDVOSB) ____%
__Historically Underutilized Business Zone (HUBZone) ____%


This research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Associations may be as joint ventures or as key team subcontractors.

Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Standard Time) on Tuesday, November 12, 2019. The responses should be forwarded to the attention of Debbie Knickerbocker, Contract Specialist, by email: Debbie.A.Knickerbocker@usace.army.mil. NOTE: Email size is limited to 20MB.


Debbie Knickerbocker, Contract Specialist, Phone 206-764-6804, Email debbie.a.knickerbocker@usace.army.mil - Susan Newby, Contracting Officer, Phone 206-764-6754, Email susan.f.newby@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP