Fort Snelling Building Maintenance and Repair Army Reserve

Agency:
State: Minnesota
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159810666343112
Posted Date: Dec 22, 2023
Due Date: Jan 2, 2024
Source: Members Only
Follow
Fort Snelling Building Maintenance and Repair Army Reserve
Active
Contract Opportunity
Notice ID
W912QR-24-ARC-SNELLING
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 21, 2023 07:48 pm EST
  • Original Published Date: Dec 15, 2023 09:43 am EST
  • Updated Response Date: Jan 02, 2024 03:00 pm EST
  • Original Response Date: Jan 02, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 17, 2024
  • Original Inactive Date: Jan 17, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Snelling , MN 55111
    USA
Description

Description:

A market survey is being conducted in order to make acquisition decisions about this future project and 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, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately.



The proposed project is a Design/Build (D/B) construction project to renovate and repair to current codes a failing, 63,000 SF, 600-member Army Reserve Center (ARC) at the Fort Snelling ARC, Fort Snelling, MN. This project will repair failing facility components, extend the economic life of the facility by 25 years and provide a modern revitalized training building that enables readiness for the Army Reserve units stationed there. Building components and systems to be repaired or replaced include the Heating, Ventilation, and Air Conditioning (HVAC), electrical distribution, water distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. The project will also repair the exterior façade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines. This project will comply with EISA 2007, EPAct 2005, Executive Order (EO) 13423 and 13514, and other current Guiding Principles for High Performance and Sustainable Buildings. This project will follow the guidance detailed in the DoD Sustainable Building Policy, UFC 1-200-02 and DODI 4170.11. Components of the Facility-Related Control System Cybersecurity will be in accordance with UFC 4-010-06 (2016) Ref G, RMF Requirement of DODI 8510.01, & AR 25-2.



Contract duration is estimated at 770 calendar days. The estimated cost range is $25,000,000 and $100,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 10 January 2024 at 03:00 PM Eastern Standard Time.



If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in and your socio-economic category. Complete Item 4 below for the feature(s) of work you have interest.



Responses should include:



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



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



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



4. Descriptions of Experience –Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. 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. Example projects must be of similar size and scope.




  1. Projects similar in scope to this project include:



New Construction/Complete Renovation of Commercial or Military Multi-Story Office Buildings.




  1. Projects similar in size to this project include:



Projects of at least 40,000 - 47,000 square feet will be considered similar in size.



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






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

    2. Scope of the project.

    3. Size of the project.

    4. The dollar value of the construction contract and whether it was design-bid build or design-build.

    5. The percentage of work that was self-performed as project and/or physical construction type work.

    6. Identify the number of subcontractors by construction trade utilized for each project.





5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); 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.



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 to Christopher.M.Jackson@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 from 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.Beta.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.Beta.SAM.gov. Refer to www.Beta.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



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 (known as DUNS). 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.Beta.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

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 >