Repair Fire Protection Tech Training, Multi Facilities at Sheppard Air Force Base, TX

Agency:
State: Federal
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159350022670395
Posted Date: Nov 27, 2023
Due Date: Jan 4, 2024
Source: Members Only
Follow
Repair Fire Protection Tech Training, Multi Facilities at Sheppard Air Force Base, TX
Active
Contract Opportunity
Notice ID
W912BV24B0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST TULSA
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 27, 2023 07:51 am CST
  • Original Published Date: Nov 21, 2023 09:25 am CST
  • Updated Response Date: Jan 04, 2024 02:00 pm CST
  • Original Response Date: Jan 04, 2024 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 19, 2024
  • Original Inactive Date: Jan 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
Description View Changes

SOURCES SOUGHT SYNOPSIS For Repair Fire Protection Tech Training, Multi Facilities Sheppard AFB, Texas





This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.





The U.S. Army Corps of Engineers – Tulsa District has been tasked to solicit for and award a contract for the repair and upgrade the fire suppression systems in five separate buildings that include large high-bay hangar spaces, range in size from 90,000 to 134,000 square feet, and were built between 1941 and 1952. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 14 utilizing the two-step sealed bidding process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.





The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate.





The design-bid-build project requires the contractor repair and upgrade the fire suppression systems in five separate buildings that include large high-bay hangar spaces, range in size from 90,000 to 134,000 square feet, and were built between 1941 and 1952. Upgrade the existing wet pipe sprinkler systems, including replacing existing and adding new sprinkler heads with quick-response ordinary-temperature type heads. Remove the existing fire alarm systems and replace with a combination fire alarm and mass notification system. Install new illuminated exit signs and emergency egress lighting throughout all five buildings. Related work includes the conversion of second floor balcony walkways in high-bay areas into enclosed corridors with necessary heating, ventilating, and air-conditioning systems. All buildings will remain partially occupied during construction and require a phased approach that allows contractor access to only one-half of one building at a time.





In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is $10M-$25M.





The North American Industry Classification System code for this procurement is 236220, Commercial and Institutional Building Construction, which has a small business size standard of $45M.





Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as a full and open Competition and an award is made to a large business firm.





Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.





Anticipated solicitation issuance date is on or about February 2024, and the estimated proposal due date will be on or about April 2024. The official synopsis citing the solicitation number will be issued on http://sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.





Firm’s response to this Synopsis shall be limited to 5 pages and shall include the following information:



1. Firm’s name, address, point of contact, phone number, and e-mail address.



2. Firm’s interest in bidding on the solicitation when it is issued.



3. Firm’s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm’s capability to execute construction- comparable work performed within the past 5 years):



Brief description of the project, customer name, timeliness of performance, and dollar value of the project) – provide at least 3 examples.



4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.



5. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable



6. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.





Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 4 JAN 2024. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to lindsey.m.byfield@usace.army.mil and julie.s.hill@usace.army.mil.





U.S. Army Corps of Engineers, Tulsa District



Attention: Ms. Shay Hill



2488 E. 81st Street



Tulsa, Oklahoma 74137-4290


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 2488 E 81ST STREET
  • TULSA , OK 74137-4290
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >