News

RRAD General Purpose Warehouse

Type of document: Contract Notice
Country: United States

RRAD General Purpose Warehouse

Agency:
Department of the Army

Official Address:
Attn: CESWF-CT
PO Box 17300 Fort Worth TX 76102-0300

Zip Code:
76102-0300

Contact:
Paige E Stone, Phone 8178861124, Email paige.e.stone@usace.army.mil тАУ John H Rodgers, Contracting Officer, Phone 877-866-1048, Email john.h.rodgers@usace.army.mil

Link:

Date Posted:
16/05/2018

Classification:
Y

Contract Description:
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.

The U.S. Army Corps of Engineers тАУ Fort Worth District has been tasked to solicit for and award a project to construct a General Purpose Warehouse, Red River Army Depot, Texas. Proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and businesses are highly encouraged to participate.

Statement of Work:

The Government is seeking qualified, experienced sources capable of constructing a General Purpose Warehouse (GPW) at Red River Army Depot, Texas. This warehouse is estimated to total 448,820 Sqft Storage Capacity is needed to store and handle various equipment and materials up to a moderate hazard level. The overall building design should remain the same while internal configurations can vary as required to meet project specific requirements.

Contractor will need to construct a GPW with concrete floors and 26-foot clear stacking height, weather-sealed truck doors, and loading/unloading docks with dock levelers. The facility will include space for forklift battery charging, administrative offices, restrooms, locker rooms, employee lunch/break room, and mechanical, electrical and telecom utility areas to support all utility functions. Provide access per Americans with Disability Act. Also included will be special reinforced foundation features, lightning protection, anti-terrorism features, provisions for CCTV, access control and intrusion detection, fire protection system and mass notification and alarms.

Demolition and site preparation includes clearing and grubbing, removal of pavements, storm culverts, fencing and other utilities to ready the site for construction. Site improvements include access roads, paving, concrete walks, curbing, signage, landscaping and fencing.

Civil and Mechanical utilities include water and sanitary lines and connections, sanitary pump station, natural gas connections and service, provisions for storm water system including low-impact development bioswales and retention pond. Electrical and communications work includes primary and secondary power, exterior communications and alarm systems, site lighting, and related work. Anti-terrorism force protection (AT/FP), cyber-security, and sustainable design principles will be incorporated into the design and construction.

In accordance with DFARS Part 36, the estimated construction magnitude is between $25,000,000 and $100,000,000.

The Estimated duration of the project is 1095 calendar days.

The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million.

The Standard Industrial code (SIC) is 1542, Federal Supply Code (FSC) is Y1AZ.

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 their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.

Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.

Prior Government contract work is not required for submitting a response under 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.

The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about 21 December 2018, and the estimated proposal due date will be on or about 9 February 2019. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

FirmтАЩs response to this Synopsis shall be limited to 5 pages and shall include the following information:

1. FirmтАЩs name, address, point of contact, phone number, and e-mail address.
2. FirmтАЩs interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued.
3. FirmтАЩs capability to perform a contract of this magnitude and complexity, including the firmтАЩs capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customerтАЩs name, timeline of performance, customer satisfaction and dollar value of the project тАУ provide at least three examples.
4. FirmтАЩs Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a).
5. FirmтАЩs Joint Venture information if applicable тАУ existing and potential.
6. FirmтАЩs Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company).

Interested Firms shall respond to this Sources Sought Synopsis no later than 11:00 a.m. CST 31 May 2018 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts.

Response Date:
053118

Sol Number:
W9126G18R0388

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy