The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract for the renovation of a Barracks 654 on Ft Leonard Wood, Missouri. The Government proposes to issue a single 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 repair and modify existing trainee barrack building including all existing deteriorated and failed building components as required. The restored barracks modules will comply, to the extent possible, with the current Army Standard for Basic Training / One Station Unit Training Complex by providing 4-60 PN sleeping bays. New work is to accommodate additional square footage to house an entire company in one building. This project includes fire protection and alarm systems, building information systems, Anti-Terrorism Force Protection measures, Intrusion Detection System (IDS) installation, and Emergency Monitoring and Control System (EMCS) connections. Project includes electrical service, water, sewer, gas, paving, walks, curbs and gutters, storm drainage, site improvements, information systems, and Sustainability / Energy measures.
ACQUISITION STRATEGY
The Government anticipates a single, firm fixed price type contract for this project. The selection will use a single phase Request for Proposal (RFP) using Best Value that is determined to be the most beneficial to the Government.
The magnitude of this project is between $25,000,000.00 and $100,000,000.00.
The applicable North American Industrial Classification System (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction which has a $45M size standard.
At this time, due to the perceived value of this project, the successful offeror may be required to submit a Project Labor Agreement (PLA) post award prior to Notice to proceed (NTP) in accordance with FAR 52.222-33, Alternate II.
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 236220.
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:
1. Prior Experience. Prior experience with construction of projects that have similar scope and magnitude. Provide examples with summaries of past performance on a minimum of (3) three projects for the repair and renovation of multiple story military barracks within the last (10) ten years by including as much of the following information as possible:
(a) Dollar amount of the contract.
(b) Design-Bid-Build construction experience.
(c) Large commercial installation multi story barracks, dormitories, or hotels to include utilities, site improvements, pavements, communications infrastructure, security, and other supporting work.
(d) Brief description of the technical requirements of that project.
(e) 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.
(f) Indication of how long the services took to complete from start to finish.
(g) Name, address, point of contact and phone number of customer organization for which the work was done.
2. Joint Venture information, if applicable - existing and potential.
3. 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 December 3, 2024, at 11:00 a.m. local time, with response limited to nine (9 pages), including cover letter. Send your response to Dale Coleman via email, dale.e.coleman@usace.army.mil and copy Stephanie.R.Kretzer@usace.army.mil