The RFP Database
New business relationships start here

PN74813 Parachute Rigging Facility


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

SOURCES SOUGHT NOTICE FOR
PN 74813 SOF Parachute Rigging Facility, Ft Bragg, NC

This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct a Parachute Rigging Facility. The scope of work includes: construction includes a parachute drying tower, packing lanes, parachute repair room, supply rooms, storage areas, oxygen systems maintenance room, and a classroom approximately 84,500 SF in size, and significant site work. Access for persons with disabilities will be provided. Comprehensive interior design, electronic security systems, and audio visual design services are included. Built-in building systems include fire alarm/mass notification, fire suppression, utility management control, telephone, advanced unclassified and classified communications networks, cable television, intrusion detection, closed circuit surveillance, electronic access control, and protected distribution. The project includes demolition of existing facilities. All defined work is contiguous in nature, and considered a single site.


The magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00.


All interested firms with 236220 as an approved NAICs code have until 9 May 2017 at 2:00 p.m. to submit the following information:


- Name & Address of your Firm


- Point of Contact (Name/Phone/E-mail)


- Current SAM


- Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, (i.e., letter of certification from VA confirming SDVOSB status). The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.


Note: The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.


- Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity.


- Evidence of capabilities to perform comparable work as a prime contractor in the area of Building Construction on three (3) recent projects equal to or greater than $10,000,000.00 in value (not more than five (6) years old.) Projects should be larger than 30,000 SF. Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, high bay, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation. Similar Projects may include other rigging facilities, maintenance facilities, aircraft hangars, etc. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.


- Evidence of experience with projects that includes audio-visual and communications systems. This includes multiple conference rooms and multiple security classifications.


- Evidence that key personnel (site superintendent and quality control manager) have significant experience with construction projects, security restrictions.


The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.


The requested information shall be submitted electronically to:


U.S. Army Corps of Engineers
Attn: Michael Mullen
E-mail: michael.m.mullen@usace.army.mil


The email should be entitled: Sources Sought, PN74813 SOF Parachute Rigging Facility


Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner.


All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.


 


Michael Mullen, Phone 9102514710, Email michael.m.mullen@usace.army.mil - John T. C. Hill, Contracting Officer, Phone 9102514451, Email john.t.hill@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP