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