The RFP Database
New business relationships start here

Repair Rodriguez Child Development Center, B-7033, Ft. Bragg, NC


Georgia, 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/Request for Information only. The submission of this information is for planning purposes only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government to make a contract award. The U.S. Army Corps of Engineers, Savannah District, is conducting preliminary research to determine the market capabilities of potential contractors to repair and restore the Rodriguez Child Development Center (CDC), B-7033 at Ft. Bragg, NC, Cumberland County. The Government will determine the acquisition type based on the market research and information available from other sources. The market survey is being conducted to determine if there are a reasonable number of large or small business firms interested in performing this work (including socio economic businesses). Small businesses, small disadvantaged businesses, and service-disabled veteran-owned small businesses are encouraged to respond. Responses to this sources sought announcement will be used by the Government to make appropriate decisions. The NAICS code for this acquisition is 236220 Commercial & Institutional Building Construction with a size standard of $36.5M. The FSC Code Z2CZ Repair of Alteration of Other Educational Buildings. The duration of the project is 365 calendar days. There will be optional items of work for this project. The magnitude of construction is between $5M and $10M.


Project Description: This Project is needed to correct deficiencies to bring the 30 year old substandard Rodriguez Child Development Center (CDC), B-7033 into compliance with the Army Standard for Design of Child Development Centers. Repair includes building envelope for weather tightness (roof, exterior skin); engineering disciplines (plumbing, mechanical, electrical operations, and fire alarm detection and suppression operations); interior finishes (cleaning, painting, ceilings, flooring); communications (computer and telephone), etc. The project will also address ADA compliance issues for parking and building access. Supporting facilities include site improvements. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 30 Tons). Project will comply with EISA 2007, EPAct 2005, Executive Order (EO) 13423 and 13514, and other current Guiding Principles for High Performance and Sustainable Buildings. The project will follow the guidance detailed in the DOD Sustainable Buildings Policy and UFC 1-200-02 requirements will include demolition and roof repair.  All interested firms with 236220 as an approved NAICS have until June 9, 2017 at 2:00 p.m. EST to submit the following information:


- Name and address of your firm.


- Point of Contact (name/phone/email)


- Current SAM Registration to include CAGE, DUNS, Tax ID, and NAICS (list all NAICS under which your firm is registered).


- Business size, to include designation as HUBZONE, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman Owned Business, Native American Small Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC)]. The Government must be able to verify SBA certification of HUBZONE, 8(a) and SDB via SAM.


- Performance and payment bonding capacity, both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity.


- Firm's capability to peform, to include geographic spac and project size.  Include firm's in-house capability to execute design and construction, or established relationship with a design firm to perform D-B.


- Information on Teaming Arrangement and/or Joint Venture (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to team with another firm, formally or informally, you must submit information, not more than (1) page, about your team's involvement. More specifically, you must submit sufficient information for the government to determine the roles each team member will play and what your socio economic status is, or will be, considering the proposed arrangement. Therefore, state in your one (1) page whether or not you are a small business and if you intend to mentor/protégé and/or JV with a large business. Fifty-one percent (51%) of the profits and managerial function will go to and be performed by the small business. Likewise, if you are an 8(a) firm intending to mentor/protégé and/or JV with a large business, 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio economic status as a team should be provided. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. The Government may not give credit to your socio economic class if there is not sufficient documentation or if the Government cannot verify.


- Firm's interest in submitting a proposal in response to the solicitation when it is issued.


- Demonstration of the firm's experience as a prime contractor on projects that are substantially complete or completed within the last five (5) years which are similar to the proposed project in size, scope and complexity. Evidence of capabilities to perform comparable work on a minimum of three (3), and no more than five (5) recent, relevant projects include new construction of all permanent structures to include but not be limited to: site work, interior/exterior finishes, architectural woodwork, electrical, mechanical, plumbing, structural and fire suppression system with a minimum contract value of $5M and successfully completed, or fully designed and at least 50% construction progress completed within five (5) years preceding the date of this sources sought announcement. Recent, relevant projects may also include rehabilitation, renovation, repair and/or upgrades of all permanent structures to include but not be limited to site work, interior/exterior finishes, architectural woodwork, electrical, mechanical, plumbing, structural and fire suppression system with a minimum contract value of $5M and successfully completed, or fully designed and at least 50% construction progress completed with the five (5) years preceding the date of this sources sought announcement.


- The response must be specific to the qualifications listed above to show that the respondent possesses the necessary skills and experience. Please only include a narrative of the requested information. Additional information will not be reviewed.


 


Julie Oliver, Phone 912-652-5899, Email julie.m.oliver@usace.army.mil - Nina Crow, Contracting Officer, Phone 912-652-5131, Email nina.g.crow@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP