The RFP Database
New business relationships start here

UEPH Barracks at Fort Hood, Texas


Texas, 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 announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.

The U.S. Army Corps of Engineers, Fort Worth District has been tasked to solicit for and award a project to design and construct an Unaccompanied Enlisted Personnel Housing (UEPH). Proposed project will be a competitive, firm-fixed price, Design Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, decision to be issued will depend upon the capabilities of the responses to this synopsis.


The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman Owned, SDVOSB and businesses are highly encouraged to participate.


Statement of Work:


This project will construct standard design Unaccompanied Enlisted Personnel Housing (UEPH) facilities to accommodate 250 soldiers to replace existing Q3 rated barracks. This project shall include the demolition of buildings 10004, 10005, and 10007, three of Fort Hood's worst barracks which are not programmed for renovation under SRM funding. Primary facility includes Intrusion Detection System (IDS), building information systems, fire alarm and fire suppression systems, and connection to Energy Management Control System (EMCS). Special foundations are required due to expansive soils. Antiterrorism/Force Protection (AT/FP) measures will be provided. Access for persons with disabilities is required. Comprehensive interior and furnishings related design services are required. This project will fully embrace Fort Hood's Installation Design Guide technical, aesthetical, and design requirements. Project's architectural features will include indigenous Texas limestone on facades, exterior masonry walls, leak proof roofs with 25 year warranty, Galvalume color, clear anodized aluminum framing on windows and storefront doors, and tinted glazing. Contaminated soil remediation is required. Access for individuals with disabilities will be provided.


The estimated cost of the proposed construction is between $25,000,000.00 and $50,000,000.00. The Estimated duration of the project is 540 calendar days.


The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million.


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 their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.


Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.


Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.


The type of solicitation to be issued will be a Design Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about October 2019, and the estimated proposal due date will be on or about November 2019. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.


Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:

1.    Firm's name, address, point of contact, phone number, and e-mail address.


2.    Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued.


3.    Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples.


4.    Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business or 8(a)).


5.    Firm's Joint Venture information if applicable - existing and potential.


6.    Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company).



Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. CST 3 April 2019 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to:


Richard Feller, Contract Specialist
Contracting Division, USACE - Fort Worth District,
Fort Worth, TX 76102
Email: richard.feller@usace.army.mil


 


Richard D. Feller, Contract Specialist, Phone 8178861165, Email richard.feller@usace.army.mil - John H Rodgers, Contracting Officer, Phone 877-866-1048, Email john.h.rodgers@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP