The RFP Database
New business relationships start here

Joint Operations and Mission Planning Center (JOMPC)


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. The proposed project is a design-bid-build requirement.

Construct a 171,803 square feet Joint Operations and Mission Planning Center utilizing economical design and construction methods. The preliminary building concept design consists of a two-level structure built above grade that is primarily symmetrical and rectilinear in nature with a steel superstructure; reinforced concrete foundation walls and footings; insulated and reinforced concrete exterior walls with embedded thin brick masonry façade; and an insulated standing seam metal roof. The project includes classified storage, communications infrastructure, air conditioning, space for uninterruptable power systems, emergency backup power generator, intrusion detection, fire detection/suppression, utilities, area lighting, general site improvements, pavement and all other required supporting facilities to result in a complete and usable facility. Work includes demolition and design and construction of site work and utilities.


Some areas of the facility are ICD 705 complaint. Due to the sensitivity of this project, all solicitation materials will be provided via a secure site upon issuance. In order to receive solicitation materials, potential offerors must at the time of solicitation:


(1) verify that the company is US-owned and personnel are US Citizens; and
(2) verify that they are currently certified in the Joint Certification Program run by DLIS.


Note: Verification is not required at this time.


Information on this program is available at http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/FAQ/


Potential offerors are encouraged to begin the registration process now, as it may take 6-8 weeks for new registrants.


Contract duration is estimated to be 36 months. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 236220. 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 10 May 2019 by 5:00 p.m. Eastern Standard 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 either greater than 95 percent completion or projects completed in the past seven (7) years, where the interested firm served as the prime contractor. 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. Example projects must be of similar size and scope.


a. Projects similar in scope to this project include: Construction/renovation of administrative, office or educational facilities; which include secure space.


b. Projects similar in size to this project include: 125,000 square feet of construction or renovation


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. Dollar value of the construction contract and whether it was design-bid- build or design-build
5. Percentage of work that was self-performed as project and/or construction management services or physical construction type work.
6. Number of subcontractors by construction trade utilized for each project.


5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); 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 Kelly.B.Maxwell@usace.army.mil. If you have questions, please contact Kelly Maxwell at Kelly.B.Maxwell@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.


Kelly B. Maxwell, Contract Specialist, Email kelly.b.maxwell@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP