DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”
INTRODUCTION
The US Army Corps of Engineers, Fort Worth District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a Firm Fixed-Price, Design-Bid-Build Construction project. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS . Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
PLACE OF PERFORMANCE
Red River Army Depot (RRAD), Texas
PROGRAM BACKGROUND
The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award a Design-Bid-Build Construction contract to construct a Vehicle Paint and Prep Shop at RRAD, TX. The proposed project will be a competitive, firm-fixed price, procurement. The acquisition strategy decision will be based on the respondent’s capabilities from this sources sought and/or other market research methods. 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), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms. Small business, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.
Scope of Work: This project will ultimately construct a 3,634 SF Vehicle Paint and Prep Shop addition and 13,000 SF Maintenance canopy to the Maneuver Systems Sustainment Center (MSSC) Complex Vehicle Paint and Preparation Facility. This project is a new addition to an existing facility.
Primary facility includes information systems, fire protection and alarm systems, Energy Monitoring Control Systems (EMCS), and cybersecurity. Sustainability and energy enhancement measures are included. Special foundations are included for the covered maintenance area pilings. Supporting facilities include utilities (power, water, sewer, gas) connections, steam and compressed air system connections, information systems, site development, stormwater management, concrete and pavement demolition, and existing utility relocations. Heating and air conditioning will be provided by self-contained systems.
Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Accessibility for individuals with disabilities will be provided. Comprehensive building and furnishings related interior design services are required. Facilities will be designed to a minimum life of 40 years in accordance with DoD’s Unified Facilities Criteria including energy efficiencies, building envelope and integrated building systems performance.
In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000.00 and $25,000,000.00.
Estimated duration of the project is 730 calendar days. NOTE: The project duration in the actual solicitation could be increased.
ELIGIBILITY
Responses to this notice shall be limted to five (5) pages and shall incluide the following information:
1. Company Information:
- Firm’s name, address, point of contact, phone number, Unique Entity Identifier, and e-mail address.
- Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
2. Capability and Experience:
- A current capability statement with sufficient detail regarding previous experience on similar requirements. Indicate whether projects were performed as a prime contractor or subcontractor, and include information on:
- Size, scope, complexity, and duration of projects
- Pertinent certifications relevant to project execution
- Specific technical skills that ensure capability to perform the project scope.
3. Business Interest and Participation:
- Indicate whether your firm is interested in bidding on the solicitation when it is issued.
- State whether your firm would submit a proposal if the action were solicited as a Small Business Set-Aside.
4. Teaming and Joint Ventures
- Identify whether your firm is interested in competing as a prime contractor or subcontractor.
- Indicate any potential Joint Ventures, Mentor Protégé, Teaming Arrangements, or other arrangements, and specify the type.
5. Bonding Capacity:
- Firm’s bonding capacity (both per contract and aggregate construction bonding levels, expressed in dollars).
The North American Industry Classification System code for this procurement is 236220 Commercial and Institutional Building Construction which has a small business size standard of $45M.
The Product Service Code is Y1EB.
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated. for general construction Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
Should this action be solicited as Full and Open Competition, a Small Business Participation Plan will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan.
Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow 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.
Anticipated RFP issuance date is on or about Jun/July 2024. The official synopsis citing the solicitation number will be issued at the Government Point of Entry for Federal Contracts as required in FAR 5.102. Responses to this Synopsis shall be limited to 5 pages and shall include the contractors capability statement and responses to all questions above. Correspondence will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment. Contractors are responsible for monitoring the site for updates. Interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Interested Firms shall respond to this Synopsis no later than 3 June 2025. Email your response to Emmanuel Hardrick at emmanuel.d.hardrick@usace.army.mil. and Matthew S. Dickson at matthew.s.dickson@usace.army.mil
EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.