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

Mayflower Subdivision
New Construction
Design
Fayetteville, NC 28314

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

Widening, Grading, Paving, Signal and Pvt. Mkgs. - SR 1600 - Cumberland
Infrastructure
Post-Bid
NC

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

PN92793 JSOC (Joint Special Operations Command ) Operations Facility Annex
New Construction, Infrastructure - 25,260 SF
Post-Bid
$25,000,000 CJ est. value
Fort Bragg, NC 28310

Bryant Hall and Vance Hall Building Asbestos Abatement, Demolition and Site Restoration Project
Demolition, Infrastructure, Alteration
Results
Fayetteville, 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

Fayetteville Fire Department New Sub-station No. 4
New Construction, Infrastructure
Post-Bid
$7,300,000 CJ est. value
Fayetteville, NC 28303

Last Updated 07/26/2023 07:40 AM
Project Title

RFQ D/B - FY24 Barracks

Physical Address View project details and contacts
City, State (County) Fort Bragg, NC 28307   (Cumberland County)
Category(s) Heavy and Highway, Residential, Sewer and Water
Sub-Category(s) Paving/Reconstruction, Sidewalks/Parking Lot, Single-Family Homes, 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 $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Thos project consists of design and construction of barracks to accommodate 146 Soldiers on Fort Liberty, 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 design and construct Military Barracks on Fort Liberty North Carolina. The project includes: Design and construction of Barracks to accommodate 146 Soldiers. Primary facilities include living and sleeping quarters, storage, service areas, information systems, fire protection and alarm systems, Physical Access Control Systems (PACS) installation, Energy Monitoring Control Systems (EMCS) connection and Post Construction Award Services (PCAS). Heating and air conditioning will be provided by a self-contained system for each living quarters unit along with a central system for common areas. Supporting facilities include site development, utilities and utility connections, exterior lighting, paving, sidewalks, curbs and gutters, storm drainage, landscaping, pedestrian crosswalks, and signage. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings-related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 250 Tons). In accordance with DFARS 236.204(ii) the magnitude of construction for this project will be between $25,000,000.00 and $100,000,000.00. All interested firms with 236220 as an approved NAICs code have until 21 August 2023 at 2:00 p.m. 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. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, i.e., 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 - Firms shall provide evidence of bonding capability for both single and aggregate bonding programs by means of a letter from a Surety Company. This correspondence should explicitly state the 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) and no more than five (5) recent projects that are: * Equal to or greater than $27,000,000.00 in value (not more than six (6) years old) * Projects equal to or greater than 45,000 square feet * At least one (1) project shall include construction of a facility greater than 3-stories. 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, DesignBid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. 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. - 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/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. 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 the following Email addresses: U.S. Army Corps of Engineers Attn: Jason S. Smith and John T. Hill E-mail: Jason.s.smith2@usace.army.mil john.t.hill@usace.army.mil The email should be entitled: PN 92062 FY24 Barracks - 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

Division 03 - Concrete, Concrete Forming and Accessories, Precast Concrete, Site-Cast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork, Architectural Wood Casework.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Wood Doors, Plastic Doors, Windows, Hardware, Glazing, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Carpeting, Painting and Coating.
Division 10 - Specialties, Toilet, Bath, and Laundry Accessories.
Division 11 - Equipment, Residential Equipment, Residential Appliances.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Residential Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting.
Division 27 - Communications, Structured Cabling.
Division 31 - Earthwork, Grading, Excavation and Fill, 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, Irrigation, Planting, 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, Electrical Utilities, Communications 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