Similar Projects
Hinsdale Road Reconstruction - City of Fayetteville
Infrastructure
Conception
$1,394,724 CJ est. value
Fayetteville, NC 28305

Hinsdale Road Reconstruction - City of Fayetteville
Infrastructure
Conception
$1,394,724 CJ est. value
Fayetteville, NC 28305

Hyatt Place Hospitality Development / Fayetteville
New Construction, Infrastructure - 216,388 SF
Design
$20,000,000 CJ est. value
East Fayetteville, NC 28301

Hyatt Place Hospitality Development / Fayetteville
New Construction, Infrastructure - 216,388 SF
Design
$20,000,000 CJ est. value
East Fayetteville, NC 28301

North Carolina MATOC for General and Design/Build Construction
Term Contract
Post-Bid
$250,000,000 CJ est. value
Apex, NC 27523

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

DPW Horizontal MAIDIQ
Results
$1,000,000 to $5,000,000 est. value
Fort Bragg, NC 28310

Rosehill Road Sidewalk Plan NCDOT Project U-5528Fa
Infrastructure
Results
Fayetteville, NC

Grading, Drainage, Paving, Signing, Signals, and Structures
Infrastructure
Construction
$151,850,000 CJ est. value
Fayetteville, NC 28306

Grading, Drainage, Paving, Signing, Signals, and Structures
Infrastructure
Construction
$151,850,000 CJ est. value
Fayetteville, NC 28306

Little Cross Creek Greenway - Phases I and II - City of Fayetteville
Infrastructure
Conception
$510,000 CJ est. value
East Fayetteville, NC 28301

Sheetz - Site Only
New Construction
Post-Bid
$1,000,000 to $5,000,000 CJ est. value
Fayetteville, NC 28314

Ft Bragg - Gruber Express with Gas and Slim Chickens
New Construction, Renovation
Results
$5,000,000 to $10,000,000 est. value
Fort Bragg, NC

Taco Bell / Fayetteville
New Construction, Infrastructure - 2,362 SF
Construction
$1,750,000 CJ est. value
Fayetteville, NC 28306

Taxiway F Pavement and Lighting Rehabilitation - City of Fayetteville
Infrastructure
Conception
$4,000,000 CJ est. value
Fayetteville, NC 28306

Last Updated 04/03/2023 01:04 AM
Project Title

RFQ Contractor - Repair Building E-1650 Fort Bragg

Physical Address View project details and contacts
City, State (County) Fort Bragg, NC 28307   (Cumberland County)
Category(s) Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2024
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SOURCES SOUGHT NOTICE FOR W912PM-23-R-0006 PN MB-00009-20, Repair Building E-1650 Fort Bragg, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to repair an office administration space on Fort Bragg, NC. The scope of this project consists of a repair of office administration space of building E-1650 located on Fort Bragg, NC. The building renovation includes upgraded fire detection and suppression system, interior layout, and sensitive compartmented information facilities measures. The site work consists of replacement of concrete pavement, sidewalks, a new fire water main, replacement of hot and chilled water mains, electric, and other site features and appurtenances. The building is approximately 21,462 SF. The total disturbed area in the limits of construction is 36,435 SF (0.84 acres) In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00. All interested firms with 236220 - Commercial and Institutional Building Construction, as an approved NAICs code have until 1400 EST, 28 April 2023 to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, e.g., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity. This correspondence should explicitly state the responding firms authorized bonding program in addition to documenting the firm's capacity on current contracts and/or task orders. Submittals including what a Surety can provide does not meet the requirement of what a firm can receive as a bonding instrument. - Evidence of capabilities to perform comparable work (i.e., complex construction projects) of similar size, scope and complexity on three (3) recent projects equal to or greater than $9,000,000.00 in value (not more than six (6) years old) and minimum of 13,000 square feet. All project examples submitted must be as the prime contractor, Joint Venture or Mentor Protege. Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation, etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. Include firm's in-house capability to execute design and construction, or established relationship with a design firm to perform Design-Bid-Build. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protege and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the protege firm. Additionally, if the team is a mentor/protege arrangement, identify the areas that will be mentored. If the offeror is a Joint Venture (J-V), relevant project experience should be submitted for projects completed by the Joint Venture entity, or the individual firms that make up the joint venture. Offerors that are part of the DoD Mentor Protege program may submit two (2) recent and relevant projects completed by the Mentor with the remaining project being submitted on behalf of the protege. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Karri L. Mares Email: karri.l.mares@usace.army.mil and U.S. Army Corps of Engineers Attn: Jason S. Smith E-mail: jason.s.smith2@usace.army.mil The email should be entitled: PN MB-00009-20, Repair Building E-1650 - Sources Sought "COMPANY NAME" Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

21,462 SF.
Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents