PN 86027 SOF MacKall Company Operations Facilities

Agency:
State: North Carolina
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159071375180613
Posted Date: Mar 4, 2024
Due Date: Apr 3, 2024
Source: Members Only
Follow
PN 86027 SOF MacKall Company Operations Facilities
Active
Contract Opportunity
Notice ID
W912PM24R0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST WILMINGTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 04, 2024 09:34 am EST
  • Original Response Date: Apr 03, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 03, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Liberty , NC
    USA
Description



SOURCES SOUGHT NOTICE



FOR



PN 86027 SOF Company Operations Facilities



Camp MacKall, 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 construct two (2) Special Operation Forces (SOF) Company Operations Facilities, for a combined total of 30,326 total SF, including company administrative and readiness module with multi-purpose rooms, Team Rooms with Instructor space, Company Supply, Secure Storage for Non-Sensitive items, and Unit Storage. Provide fire alarm/mass notification, fire suppression system, telephone and advanced unclassified and classified communications networks, intercom system, closed circuit surveillance and electronic access control systems, integrated commercial intrusion detection system, cable TV, a protected distribution system, and connection to the energy management control system. Construction consists of a concrete foundation and floor slab with a metal frame and masonry structure. Department of Defense principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. Supporting facilities include utilities (electrical, water, sanitary sewer, and information systems distribution), lighting, vehicle parking, access road, storm drainage, landscaping, area fencing and other site improvements. Comprehensive interior design, electronic security systems, and audio-visual services are included. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive interior design and audio-visual services are included. The project includes demolition and disposal of a temporary building, #T-2464, within the footprint of construction. 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. Demolish 1 building at Fort Bragg, NC (5,625 Total SF). Air Conditioning (Estimated 14 Tons).







In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $10,000,000 and $25,000,000.





All interested firms with 236220 as an approved NAICs code have until 3 April 2024 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 - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity to cover the limits of the magnitude of construction.






  • 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 $15,000,000.00 in value (not more than five (5) years old); and

    • Projects equal to or greater than 18,500 square feet.








  • This project will be designed and constructed in accordance with Unified Facilities Criteria, DoD criteria, Installation Architectural Compatibility Plan, Army Regulations, and applicable U.S Federal Environmental Laws and Regulations. Antiterrorism/force protection measures will be included in accordance with current DoD criteria.






  • 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, Design-Bid-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. 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/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



Nicolette Campbell, Contract Specialist



John Hill, Contracting Officer



E-mail: nicolette.l.campbell@usace.army.mil



john.t.hill@usace.army.mil



SAW-CT-Military-Proposals@usace.army.mil





The email should be entitled: PN 86027 SOF Company Operations Facilities - 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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
  • WILMINGTON , NC 28403-1343
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 04, 2024 09:34 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >