Air Force Life Cycle Management Center (AFLCMC) Temporary Trailers, Eglin AFB, FL
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform renovation, repair and new construction for USACE customer in Northwest Florida.
The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business firms interested in a prospective procurement of construction, renovation and repair services in Northwest Florida. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.
The U.S. Army Corps of Engineers, Mobile District, anticipates issuing a contract for construction of two new customized secure office modular facilities and heavy infrastructure and site work for AFLCMC Temporary Facilities.
The project scope of the AFLCMC Temporary Facilities will be for construction of two 36,000 sf single-story custom modular facilities to provide temporary workspace/cubical capacity for 600 personnel to facilitate current office space complete building renovation. Facilities must be constructed in full compliance with secure area requirements, specifically those adhering to UFC 4-010-05 and ICD/ICS 705, and must comply with all applicable DoD, Air Force, and base standards. Includes following interior systems: electrical, fire suppression, plumbing, HVAC, A/V, IDS, communications and data systems, access control, fire alarm / mass notification system, closed circuit television systems (CCTV), HVAC DDC controls, etc. Site work includes demolition of existing utilities, new site grading, parking, sidewalks, and utilities, including water, sewer, stormwater, communications, power, and temporary irrigation.
This prospective procurements will involve awarding a construction contract in the range of $25-$50 million. Additionally, the project must be completed within 10 months after the Notice-to-Proceed is issued.
Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36.5 million. Responses should include the following information and shall not exceed a total of eight pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Description of capability to perform projects similar to that listed above, to manage subcontractors, to prepare and comply with various environmental and construction permits, and capacity to perform this contract in conjunction with ongoing construction contracts. 5. Describe projects of similar scope and magnitude as listed above that you have completed in the past five years and the quality of your performance. The past performance information should include project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).
Responses should be submitted via e-mail to LaNell A. Roberts, Contract Specialist at lanell.a.roberts@usace.army.mil . Submittals are due no later than 07 December 2018, close of business.
*****************************CHANGES********************************
*********PLEASE DISREGARD THE ATTACHED PLA NOTICE************
THE PLA NOTICE IS A SEPARATE SPECIAL NOTICE (W91278-19-R-PLA011)