News

Squadron Operations Facility, Parachute Drying Tower and Covered Storage at JBLM, WA

Type of document: Contract Notice
Country: United States

Squadron Operations Facility, Parachute Drying Tower and Covered Storage at JBLM, WA

Agency:
Department of the Army

Official Address:
Attn: CENWS-CT
PO Box 3755 Seattle WA 98124-3755

Zip Code:
98124-3755

Contact:
JOHN SCOLA, CONTRACT SPECIALIST, Email JOHN.P.SCOLA@USACE.ARMY.MIL

Link:

Date Posted:
27/03/2019

Classification:
Y

Contract Description:

THIS IS A SOURCES SOUGHT YNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR a Design Bid Build construction contract for project titled: тАЬSquadron Operations Facility, Parachute Drying Tower and Covered Storage at Joint Base Lewis-McChord (JBLM), WA.тАЭ

 

THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.

NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.

This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only.

The North American Industry Classification System (NAICS) code for this project is 236220, тАЬCommercial and Institutional Building Construction,тАЭ and the associated small business size standard is $36,500,000 in average annual receipts.

Proposed project will be a firm fixed-price construction project. In accordance with DFARS 236.204, the magnitude of construction is estimated to be in the range of $25,000,000 to $100,000,000. NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. 100% payment and performance bonds will be required.

DESCRIPTION OF PROPOSED PROJECT:

The Seattle District is anticipating solicitation of an 85,000 Square Footage (SF), squadron operations building and eight-story parachute drying tower, 12,000 SF covered storage area, and 60,300 SF of demolition for five buildings/structures at JBLM near Lakewood, WA. The squadron operations facility is located within the McChord Field Area Development Plan. The project will consist of construction of a new multi-building, Special Tactics Squadron (STS) operations compound. Facilities shall have foundations and floor slabs, structural framing, insulated walls and roofs, environmental control (heating, ventilation, and air conditioning), fire detection and suppression, etc. Squadron operations functional areas include: operations with secure planning, logistics, medical, team rooms, simulator room, classroom, associated staff offices, vehicle maintenance shop, storage and staging areas, pre-engineered metal building, antenna farm, radio maintenance, armory, elevator, bathrooms, Aircrew Flight Equipment (AFE) shop, etc. Parachute drying tower is integrated with operations AFE shop and climbing wall. All buildingsтАЩ supporting facilities include utilities and connections, parking (approximately 150 spaces), information systems, communications with information transfer node (ITN) site development, cyber security measures lighting, paving, walks, curbs, and gutters, landscaping and signage are all inclusive to the project. Special site conditions include potential for asbestos removal during demolition. Special site conditions also includes requirement for multiple retaining walls and storm water runoff control to accommodate significant grade changes on the site IAW JBLMтАЩs MS4 permit requirements and project site is adjacent to a flight line. Coordination with public and private utility contractors required. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with Department of Defense (DoD) Minimum Anti-Terrorism Standards for Buildings.

SUBMITTAL REQUIREMENTS:

Interested firms should submit a capabilities package limited to five (5) pages and include the following:

1. FirmтАЩs name, address (mailing and URL), point of contact, phone number, and email address.

2. Examples of two to three past projects as the Contractor similar to the scope above.

a. Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last six years. Examples should include the following information:

i. Evidence of demonstrated experience with the construction of facilities of similar function, size, and complexity (>75,000SF);

ii. Evidence of demonstrated experience with construction of facilities implementing Intelligence Community Directive (ICD) 705 security standards and requirements.

iii. Evidence of demonstrated experience with construction projects on military airfields; and

iv. A description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of each project.

3. CAGE code and DUNS number of your firm.

4. FirmтАЩs Joint Venture Information, if applicable.

5. Bonding Limits: (1) Single Bond, (2) Aggregate.

Responses to this Synopsis will be shared and limited to the Government project team, but otherwise will be held in strict confidence.

PLEASE SUBMIT TO:

Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 15 March 2019. Submit responses to the attention of John Scola at John.P.Scola@usace.army.mil.

All interested firms must be registered in SAM () and remain current for the duration of the contract to be eligible for award of Government contracts.

 

Response Date:
032819

Sol Number:
W912DW-19-SOFSTS

 

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