Component Remanufacturing Facility

Agency:
State: Alabama
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159214781446262
Posted Date: Jan 4, 2024
Due Date: Jan 31, 2024
Source: Members Only
Follow
Component Remanufacturing Facility
Active
Contract Opportunity
Notice ID
W9127824R0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
US ARMY ENGINEER DISTRICT MOBILE
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: Jan 04, 2024 11:44 am EST
  • Original Response Date: Jan 31, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EZ - CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Anniston , AL 36201
    USA
Description

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Anniston Army Depot (ANAD), AL.



The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at ANAD, AL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.



The U.S. Army Corps of Engineers, Mobile District, anticipates issuing a prospective procurement for constructing a Component Remanufacturing Facility (CRF), approximately 400 thousand square feet, as an incrementally funded single project for existing and next generation combat vehicles to consolidate component remanufacturing processes and operations from 13 current facilities across a 130-acre area into a single location to replace and modernize functions currently conducted in various locations. The project will improve process flow, efficiency, repair cycle time, and inventory control, and will incorporate modern manufacturing process and automation, technology, equipment, facility, and infrastructure planning and design. The facility will include high bay, open span, enclosed space for disassembly, cleaning, cadmium capable welding, machining, chemical cleaning and electroplating, hydraulic, electronics, and optics repair and testing, painting, assembly, staging/buffer areas, and support areas (e.g., administrative space, automation control center, parts and tool storage, locker rooms, break rooms, and shower facilities). The facility will be designed to be Multi-use, Flexible, Robust, Energy Efficient, Code Compliant, Low Maintenance, and will provide a Quality Work Environment, and be capable of supporting current and future missions.



The prospective procurement will involve: design-build (DB) construction for the CRF; construction of eight (8) existing facility renovation and/or additions for relocations for demolition of three (3) facilities of approximately 270 thousand square feet within the footprint of the CRF; and contractor furnished and installed equipment. The overall procurement is expected to be in the range of $500-750 million. Facility includes fire protection and alarm systems, cybersecurity, building information systems, and Energy Monitoring Control Systems (EMCS) connections. The CRF will house a large amount of equipment, including cranes and state-of-the-art manufacturing equipment, much of which will be new, but some will be relocated from existing facilities for installation by the contractor. The facility will be heated and air-conditioned, except for high-ventilation areas, such as plating and wash racks, which will be heated and ventilated only. Supporting facilities require utility services and connection for electric, exterior lighting, water, natural gas, sanitary sewer, industrial sewer, compressed air, fire pumps, and information systems to include fiber optic cable service. Site improvements include a retaining wall, access roads, a containment area, parking, fencing, sidewalks, curbs, storm sewer and culverts, lightning protection system, and signage. Storm drainage includes storm sewer, a bioretention system, and tank for rainwater harvesting. Demolition includes removal of the three buildings, concrete, asphalt, and gravel; and various utilities (water, storm drain, sanitary sewer, steam cleaning waste line, industrial sewer, natural gas, and electrical), which are located in the proposed site of the new building and require removal prior to construction. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be required.



Sources being sought are interested and qualified Small Business and Large Business firms with a North American Industry Classification System (NAICS) Code of 236220, Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages:



1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.



2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.



3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.



4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last ten years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).



As this project is anticipated to exceed $35M, in accordance with the executive order on Project Labor Agreements please provide the following information:




  1. Known trades/disciplines that are already subject to a Project Labor Agreement or Unionized at ANAD, AL.

  2. The anticipated impacts to schedule and cost as a result of a Project Labor Agreement being mandatory.

  3. If a Project Labor Agreement is mandated on this project, would your company submit an offer when the solicitation is issued?



NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: stephanie.m.scalise@usace.army.mil and kyle.m.rodgers@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than January 31, 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.



Notice of Pre-Advertisement Meeting: The Government is interested in building awareness of the upcoming solicitation for construction of the Component Rebuild Shop (Component Remanufacturing Facility) at Anniston Army Depot, AL. Firms/business entities interested in Project Number 103166 FY26 Component Rebuild Shop, AL, are invited to participate in a- Pre-Advertisement informational meeting in Anniston, AL to be held mid-February 2024. A Special Notice will be issued with more information on the Industry Day and instructions for registration for the event.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 109 ST JOSEPH ST
  • MOBILE , AL 36628-0001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 04, 2024 11:44 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 >