The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract for the new construction of Energetic Waste Incinerator (EIW) complex, Lake City Army Ammunition Plant (LCAAP), Missouri
The Government proposes to issue a firm fixed price type contract for this project.
THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.
The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities, and qualifications of firms to perform a firm fixed price Design-Bid-Build construction type contract of this magnitude and to determine if there is adequate competition to compete and successfully perform.
The scope of this Design-Bid-Build (DBB) contract is for the construction a new Energetic Waste Incinerator building that is controlled for the environment applying applicable safety regulations, efficiency, and security regulations to replace the existing Building 97 and associated storage facilities. The new energetic waste incinerator facility will provide an updated facility for disposal of energetic materials.
Construction at LCAAP site will include:
Energetic waste incinerator building
Earth Covered Magazines (ECM) for environmental waste storage;
Storage facilities to replace existing structures
Vehicle Shelter to hold (3) box trucks, (3) forklifts, and a pickup truck;
Slurry Building, which would slurry propellant powder, primers, explosive contaminated filters, solvent contaminated rags, oil and grease, and pyrotechnic wastewater.
ACQUISITION STRATEGY
The Government anticipates a three years, firm fixed price type contract for this project. The selection will use a single phase RFP using FAR Part 15 Trade-Off procedures resulting in award that is determined to be the most beneficial to the Government.
The magnitude of this project is between $250,000,000 and $500,000,000.
The applicable North American Industrial Classification System (NAICS) for this procurement is 236210 - Industrial Building Construction which has a $45M size standard.
COVER LETTER:
1. Offeror's name, address, point of contact, phone number, and e-mail address.
2. Firm's Unique Entity Identifier.
3. Offeror's interest in providing a proposal if a solicitation is issued.
4. Offeror's capability to perform a contract of this magnitude and complexity.
5. Offeror's type of business and business size in accordance with the NAICS code 236210.
6. If a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Small Business concern; or (d) Woman-owned Small Business.
SOURCES SOUGHT QUESTONS:
- Prior Experience. Prior experience with construction of projects that have similar scope and magnitude. Provide an example with a summary of a project for the construction of an industrial structure that includes installation of industrial incinerator with supporting structures at military, public, or private facility within the last (10) ten years by including as much of the following information as possible:
- Dollar amount of the contract.
- Design-Bid-Build construction experience.
- Large industrial facility with industrial incinerator or similar capability, handling propellant powder and pyrotechnic wastewater, construction of munition facilities, to include utilities, site improvements, pavements, communications infrastructure, security, and other supporting work.
- Brief description of the technical requirements of that project.
- Description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor.
- Indication of how long the services took to complete from start to finish.
- Name, address, point of contact and phone number of customer organization for which the work was done.
- Joint Venture information, if applicable - existing and potential.
- Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.
Contractors may submit examples of work done by a subcontractor if that subcontractor intends to enter into a letter of commitment with the contractor.
The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives.
Please respond by May 05, 2025, at 1:00 p.m. local time, with response limited to nine (9 pages), including cover letter. Send your response to David Miller via email, david.f.miller@usace.army.mil
There will be a webinar host soon that will go over the project. If you are interested in attending this webinar, please register by sending an email to both michael.g.france@usace.army.mil and david.f.miller@usace.army.mil. You email should include who the company is and a good email for who we should send the invite to.