The RFP Database
New business relationships start here

FORT JACKSON NEFF PARKING


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: Design-Build project is for a Minor Milcon (MCAR) project; to construct an 8-acre New Equipment Fielding Facility (NEFF) on Fort Jackson, SC.
Project Description: The proposed Design-Build project is for a Minor MILCON (MCAR) project; to construct an 8-acre New Equipment Fielding Facility (NEFF) on Fort Jackson, SC. The primary facility consists of a Marshall staging area for a new NEFF to replace the temporary NEFF Staging Marshalling Area. The staging area will consist of seven (7) acres of gravel and a total of one (1) acre of reinforced concrete. Antiterrorism/ Force Protection (ATFP) and physical security measures will be incorporated into the design including maximum standoff distances from roads. Sustainability/Energy measures will be provided if applicable. Requirement consists of bi-level equipment loading ramp, chain-link fencing with two (2) motorized gates and two (2) pedestrian gates topped with razor wire, exterior lights, underground electrical utilities and systems, utility connections, water line with fire hydrants around the perimeter and interior for fire protection, storm water retaining basins, and storm drainage system.
Contract duration is estimated at 540 calendar days. The estimated Construction Cost Limit (CCL) is estimated to be between $1,000,000 and $5,000,000. NAICS code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 29 November 2019, 11:59PM Eastern Time.

Responses should include:


1. Identification and verification of the company's small business status.
2. Contractor's Unique Identifier Number and CAGE Code(s).
3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.
4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with greater than 90 percent completion or projects completed in the past five (5) years in which are similar in size, and scope. Example projects must be of similar size and scope. 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. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. Provide documentation for similar type projects involving management of multiple sub-contractors.


a. Projects similar in scope to this project include: type of construction - embankment, roadways, highways, parking lots, airport runways and taxiways, and other similar projects.


b. Projects similar in size to this project include: Minimum of 5 acres or 24,200 square yards.


c. Based on the information above, for each project submitted, include:
1. Current percentage of construction complete and the date when it was or will be completed
2. Scope of the project
3. Size of the project.
4. The dollar value of the construction contract
5. Indicate if it was design-build or design-bid-build construction.
6. The type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s).
7. Identify the number of subcontractors by construction trade utilized for each project.
8. The portion and percentage of the project that was self-performed.


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 Levi.R.Speth@usace.army.mil. If you have questions please contact Levi Speth at Levi.R.Speth@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 from 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).


Levi R. Speth, Contract Specialist, Phone 5023156199, Email levi.r.speth@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP