The RFP Database
New business relationships start here

Facilities Repair & Renewal (FRR) Program


Alabama, 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 notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 236220, Commercial and Industrial Building Construction. The small business size standard is $36.5 Million. This Sources Sought is for market research purposes only and IS NOT A REQUEST FOR PRICE PROPOSAL nor does it restrict the government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank responses, provide any reply to interested companies and responses will not be returned.


1. CONTRACT INFORMATION.
The U.S. Army Engineering and Support Center, Huntsville (CEHNC) is the Center of Excellence for Facilities Repair and Renewal (FRR). Facility Repair and Renewal contracts are intended to provide quick response for facility repair, renovation, conversion, alteration, additions, construction, equipment procurement/installation, and maintenance services on installed equipment/systems at Government installations and facilities. CEHNC is seeking capability statements from firms interested in proposing on an Indefinite Delivery, Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for design-build services/construction in support of the Facility Repair and Renewal Program in the Continental United States and Overseas. CEHNC anticipates a twenty four (24) month base ordering period and three (3) twelve (12) month optional ordering periods; for a five (5) year total ordering period. The anticipated contract capacity is estimated at $450M.

Locations include all of Contiguous United States to include the District of Columbia; outside the Contiguous United States includes Alaska, Hawaii, U.S. Territories, Kuwait, Qatar, UAE, Yemen, Iraq, Saudi Arabia, Egypt, Afghanistan, Indonesia, Japan, Korea, Cuba, Azores, Germany, Kwajalein, Spain, Italy, Israel, Poland, Turkey, Greenland, England, Belgium, the Netherlands, Diego Garcia, Shemya Island, Australia, and the Ascension Island.

A decision will be made on the extent it is feasible and proper to reserve awards to conventional small business and 8(a) concerns as part of our suite of FRR contractors. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. It is anticipated that there will be three (3) pools that make up the FRR suite of contractors. Where possible, the three suites would be: 8(a), small business, and unrestricted. The 8(a) pool will be able to compete within the small business pool. Awardees in the unrestricted pool may not compete in the other pools; however, small businesses may compete in the unrestricted pool.

Task order awards will be firm-fixed price. Prior Government contract experience is not required for submitting a response under this sources sought notice or for submitting a proposal under the planned solicitation.

All awarded task orders must be performed in compliance with the U.S. Army Corp s of Engineers (USACE) Safety and Health Requirements Manual, EM385-1-1 (https://www.publications.usace.army.mil/USACE-Publications/Engineer-Manuals/  ) and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. In addition, overseas work performed in support of this program must be in compliance with applicable host nation requirements.


2. PROJECT INFORMATION.
Services to be performed include; facility repair; renovation; conversion; alteration; additions; construction; commissioning; testing; measurement and verification; and equipment procurement/installation at Government installations and facilities. Other services to be performed include electrical power distribution systems; grounding systems; standby and emergency power; lightning and surge protection; short-circuit coordination studies; reliability/availability studies; heating, ventilating and air conditioning (HVAC) systems; computational fluid dynamics studies; fire protection systems, fire alarm/mass notification, and communications systems; high altitude electromagnetic pulse (HEMP) protection; Telecommunications Electronics Material Protected from Emanating Spurious Transmissions (TEMPEST); electromagnetic interference protection; chemical, biological, radiological, nuclear and explosives (CBRNE) protections; energy generation and energy conservation, and development of alternative energy; and facility commissioning, re-commissioning. The Contractor may be required to survey the problem areas, evaluate and recommend solutions, develop and implement work plans in a timely manner within negotiated costs and provide the repair/renewal/construction efforts to support the design solution. At times, the Contractor may be required to provide stand-alone construction efforts without the provision of the associated services (i.e. site investigation, studies, assessments, testing, certification assessments, measurements and verifications, work plan, etc.).


3. SUBMISSION REQUIREMENTS.
Interested firms should complete and submit the Project Information Form Template (maximum of five (5) projects) by providing brief narratives indicating your firm's experience and qualifications with similar type services. The contractor shall also complete the Sources Sought Questionnaire which provides detailed information related to the responding firm, acquisition interest, contractor arrangement, and specific performance capabilities (Sections 1 through 6)

Respondents need to indicate all business designations (small business, 8(a), certified HUB Zone Small Business, Small Disadvantaged Business, Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB) and/or Service Disabled Veteran Owned Small Business (SDVOSB)). Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the attached Sources Sought Questionnaire. If no experience or capabilities are associated with a particular question, so indicate.

Submit responses via email to CEHNC-FRRMATOC@usace.army.mil  ;

Submission shall be received NO LATER THAN: 2:00 p.m. Central Time, Wednesday, 23 January 2019; and should not exceed fifteen (15) one-sided, 8 1/2" X 11" pages using no smaller than 10 sized font. Computer files must be compatible with Microsoft Word 2013.

NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to CEHNC-FRRMATOC@usace.army.mil . Personal visits for the purpose of discussing this announcement will not be scheduled.
Information presented is for market research purposes only.


4. QUESTIONS AND COMMENTS.
Questions relative to these documents shall be submitted no later than 11 January 2019, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Questions and/or comments shall be sent to the following site utilizing the following bidder key:

Website: http://www.projnet.org/projnet


Key: 9QCV97-ECBEM5


Points of Contact:
Contract Specialist - Primary POC
Ms. Lisa Snead
Email: Lisa.Snead@usace.army.mil
Phone: 256-895-1521


Contracting Officer - Secondary POC
Ms. Latosha McCoy
Email: Latosha.V.Mccoy@usace.army.mil
Phone: 256-895-1304


No questions will be accepted via email or by phone. Individual meetings with firms will not be scheduled. Emails or voicemails with questions and/or requests for meetings will not receive a response.


5. INDUSTRY DAY.
Ths announcement is to also invite businesses to an Industry Day event that will allow the Government to provide valuable information to industry regarding the acquisition, answer questions concerning the requirement, gather information to support the acquisition approach, and receive buy-in from industry. For industry unable to attend in person, the FRR Industry Day event will be offered virtually via CEHNC's Facebook page at: www.facebook.com/HuntsvilleCenter/.

If attending in person please complete the attached HNC Visitor's Form and return NLT 2 January 2019, to CEHNC-FRRMATOC@usace.army.mil. Please note that due to resource constraints Contractors are limited to no more than two personnel per firm to attend. All others are welcome to participate by phone or via Facebook Live.


Date and Time: 8 January 2019, 09:00 am- 12:00 Central Time


Location: The Industry Day will be held at U.S. Army Engineering and Support Center, 4820 University Square, Huntsville, AL 35816


Conference Call information:
888-204-5984
Access: 1675623
Security: 123456


Regardless of method chosen for attendance all participants must register on EventBrite at https://frr-industryday.eventbrite.com  


5. SCHEDULE.

Schedule of Events
HNC Visitor Form- Wednesday, January 2, 2019 NLT 4:00 PM Central Time
CEHNC-FRRMATOC@usace.army.mil

Industry Day- Tuesday, January 8, 2019 9:00 AM -12:00 Central Time
U.S. Army Engineering & Support Center, Huntsville
4820 University Square
Huntsville , AL 35816

Questions & Comments- Friday, January 11, 2019 NLT 2:00 PM Central Time http://www.projnet.org/projnet  
Key: 9QCV97-ECBEM5

Submission to Sources Sought- Wednesday, January 23, 2019 NLT 2:00 PM Central Time CEHNC-FRRMATOC@usace.army.mil


 


Lisa Snead, Contract Specialist, Phone 2568951521, Email Lisa.Snead@usace.army.mil - Latosha V. McCoy, Contracting Officer, Phone 2568951304, Email latosha.v.mccoy@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP