Construction of Equipment Concentration Site - Yakima, WA

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159371059121436
Posted Date: Mar 14, 2023
Due Date: Mar 29, 2023
Solicitation No: W912QR-23-ESC-Yakima
Source: Members Only
Follow
Construction of Equipment Concentration Site - Yakima, WA
Active
Contract Opportunity
Notice ID
W912QR-23-ESC-Yakima
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2023 01:49 pm EDT
  • Original Response Date: Mar 29, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.



Project Location: 970 Firing Center Road Yakima, WA 98901



Project Title: Yakima Training Center ECS Warehouse



Project Description: Design/Build/Build project to construct a 50,000 square-foot warehouse for pallet rack storage of equipment. The building will be of permanent construction with a reinforced concrete foundation, a minimum 8" concrete slab, structural steel framing, ICF walls and/or insulated steel panel walls, standing seam metal roof, appropriate HVAC, mechanical and plumbing systems, one oil-water separator, fire sprinkler system, electrical and data systems, and security system. The Warehouse will provide interior three-high pallet rack shelving, forklift circulation, staging, drive-through vehicle commitment area, reinforced concrete vault for storing sensitive items (NVDs and weapons), administration area, administration support, classroom/ break room, latrines, telephone/data room, and an exterior covered three-high pallet rack shelving area with concrete aprons. Supporting facilities will include heavy duty road asphalt for 8th Avenue extension, asphalt parking area for personal vehicles, general site improvements, and extension of utilities to serve the project.



Physical security measures will be incorporated into the design, including maximum standoff distances from roads, parking areas, and vehicle load/unload areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. 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.



Contract duration is estimated at 970 calendar days. The estimated cost range is between $10,000,000.00 and $25,000,000.00. The NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email by Wednesday, March 29, 2023 by 2:00 PM Eastern Standard Time.





Responses should include:




  1. Identification and verification of the company’s small business status.

  2. Contractor’s Unique Entity Identifier (UEI)) and CAGE Code(s).

  3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.

  4. Description of Experience – Provide descriptions of your firm’s past experience on no more than three (3) projects with greater than 95% of construction complete or those projects completed within the last five years which are similar to this project in size and scope. Provide documentation demonstrating experience for new building projects of similar types of buildings involving management of multiple sub-contractors. Demonstrated experience includes self-performing 15% of the work.



Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance.



a. Projects considered similar in scope to this project include new construction of Warehouses, Storage Facilities, Vehicle Maintenance Shops, Maintenance Facilities, Army Reserve Centers, Military Headquarters buildings, Educational Facilities, and Office Buildings.



b. Projects similar in size will include building(s) having a combined square footage of at least 32,000 SF.



c. Based on definitions above, for each project submitted include:



i. Current percentage of construction complete and the date when it was or will be completed.



ii. Size of the project (combined building SF, acres of construction site work, etc.)



iii. Scope of the project (Include any specific trades, site work, utility connections, mechanical systems, HVAC commissioning, roof systems, etc.)



iv. The portion and percentage and description of work that was self-performed (must be at least 15%)



v. Identify whether the project was design-build or design/bid/build



vi. Whether the project was renovation or new construction





1. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.





NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.



Email responses and any questions to Rachael McClellan at Rachael.L.McClellan@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources-sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.





NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.



All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.





Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.





ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.



Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.



Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (UEI). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.



To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 14, 2023 01:49 pm EDTSources 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 >