Power Train Facility (Engine Assembly) at Corpus Christi Army Depot Texas

Agency: DEPT OF DEFENSE
State: Texas
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159334063678665
Posted Date: Dec 5, 2022
Due Date: Dec 30, 2022
Solicitation No: N69450225963039
Source: Members Only
Follow
Power Train Facility (Engine Assembly) at Corpus Christi Army Depot Texas
Active
Contract Opportunity
Notice ID
N69450225963039
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC SOUTHEAST
Office
NAVFAC SOUTHEAST
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 05, 2022 03:05 pm EST
  • Original Response Date: Dec 30, 2022 05:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code:
    • 236210 - Industrial Building Construction
  • Place of Performance:
    Corpus Christi , TX 78419
    USA
Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR A DESIGN-BID-BUILD CONSTRUCTION PROJECT FOR POWERTRAIN FACILITY (ENGINE ASSEMBLY) CORPUS CHRISTI ARMY DEPOT (CCAD) AT NAVAL AIR STATION CORPUS CHRISTI, TEXAS



THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.



The Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is seeking qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project.



The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement.



Project Description:



Construct a new Powertrain Facility (Engine Assembly) to house rotary wing component rebuild activities. Primary facilities include an Aircraft Component Repair Shop (ACRS) (140,083 SF building) with open Flex Space to house rotary wing component rebuild and maintenance processes and space to house supervision, latrine, and miscellaneous support space; an Administrative Support Facility (65,840 SF building) to include administrative space and depot command headquarters; Central Energy Plant (10,260 SF building), special foundations, mass notification systems, fire protection, and alarm systems, Energy Monitoring and Control System connection, Antiterrorism Measures, Post Construction Contract Award Services (PCAS), and Building Information Systems.



Supporting facilities include utilities (electrical service, water, sewer, and natural gas), paving, walks, curbs and gutters, storm drainage, site improvements (to include relocation of playing fields and jogging track), landscaping, low impact development measures, and information systems.



The period of performance is anticipated to be approximately 961 days with a Construction Magnitude between $25,000,000.00 and $100,000,000.00.



The Small Business Size Standard is $39.5 million (M) with a NAICS Code of 236210. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is September-October 2023.



Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 15 pages. The information which must be contained in your response is as follows:



1) Contractor Information: Name and address of company, point of contact with phone number and email address.



2) Type of Business: Identify the company’s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236210 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification.



3) Bond Capacity: Information must include surety’s name, point of contact, telephone number, email address, and the bonding capacity of at least $100 Million per project, and the maximum aggregate bonding.



4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier (formerly DUNS Number).



5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal:



_____ Yes ______No.



6. Responders shall provide a minimum of two (2) to a maximum of five (5) projects that best demonstrate the organization’s experience on relevant projects that are of similar in size, scope, and complexity to the project description. All projects must meet the definition of a Relevant Project to be considered.



• A construction project that includes demolition of old structures and construction of multiple buildings and site improvements, including at least one main industrial facility, of at least 100,000 square feet, and other ancillary facilities (utilities, administrative, Storm water management, etc.).



• At least one project submitted must have been completed within the past three years of the date of issuance of this sources sought. All projects submitted must have been completed within the past seven years of the date of issuance of this sources sought.



• If a project submitted for consideration does not meet all of the requirements identified above, explain in no more than one paragraph why this project should be considered as having similar size, scope and complexity.



The Capabilities Statement for this Sources Sought is not expected to be a proposal, but rather short and concise statements regarding the company’s ability to demonstrate existing or developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among U.S. Small Business Administration (SBA) certified 8(a), Service Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), Women Owned Small Business (WOSB) and/or Small Business (SB) firms or to proceed with issuing an Unrestricted Solicitation, inviting Full and Open competition.



Please respond to this announcement by no later than 30 December 2022, 5:30 PM Eastern Time, via email to alex.noriega@navy.mil . The subject line of the email shall state: POWER TRAIN FACILITY (ENGINE ASSEMBLY), CORPUS CHRISTI, TEXAS. Emails shall be no more than 10 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • PO BOX 30 BLDG 903
  • JACKSONVILLE , FL 32212-0030
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 05, 2022 03:05 pm 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 >