News

THREE STORY 168 BEDROOM DORMITORY LITTLE ROCK AIR FORCE BASE, JACKSONVILLE (PULASKI COUNTY), AR

Type of document: Contract Notice
Country: United States

THREE STORY 168 BEDROOM DORMITORY LITTLE ROCK AIR FORCE BASE, JACKSONVILLE (PULASKI COUNTY), AR

Agency:
Department of the Army

Official Address:
Attn: CESWL-CT
PO Box 867 Little Rock AR 72203-0867

Zip Code:
72203-0867

Contact:
Darrell L. Montgomery, Contract Specialist, Phone 5013401274, Email darrell.l.montgomery@usace.army.mil

Link:

Date Posted:
27/11/2018

Classification:
Y

Contract Description:
SOURCES SOUGHT SYNOPSIS

THREE STORY 168 BEDROOM DORMITORY
LITTLE ROCK AIR FORCE BASE, JACKSONVILLE (PULASKI COUNTY), AR

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 not be notified of the results of the evaluation.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry to include Small Business (SB) firms primarily under North American Industry Classification System code (NAICS) 236220 Commercial and Institutional Building Construction. The Government must ensure there is adequate competition among the potential pool of responsible firms.

Project Description

This project is for the Design-Build construction of a 168-unit, three-story dormitory at the Little Rock Air Force Base (LRAFB) utilizing economical design and construction methods. The facility will comply with all applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used when cost effective. Facilities will be designed as permanent construction in accordance with UFC 1-200-01, DoD Building Code (General Building Requirements). Project includes external balcony access, dormitory with steel reinforced concrete special foundations, slab on grade, steel reinforced masonry walls, standing seam metal roof, fire suppression/detection/alarm systems, elevator(s), heating, ventilation and air conditioning (HVAC), common area surveillance, WI-FI system capability, non-secure internet protocol router (NIPR) capability and administration area. Four-person Dorms for Airmen (D4A) design standards include private bedrooms with bath, common living area with fully equipped kitchen. Dormitory facility areas include public restrooms, common day room areas, and adequate storage on each floor. Supporting facilities include construction of a 118-space resident parking lot, site work, and all necessary support associated with the completion of this project. Demolish two (2) existing dormitories 744 and 854. Remove asbestos-containing building material and lead-based paint, as required. This project will comply with UFC 4- 010-01 DoD Minimum Anti-Terrorism Standards, UFC 1-200-02 High Performance and Sustainable Building Requirements, and UFC 3-210-10 Low Impact Development (LID) storm water management strategies.

In accordance with FAR 36/DFARS 236 the estimated construction range for this project is:
Between $10,000,000.00 and $20,000,000.00

Estimated Size: 59,675 SF

Estimated Schedule Dates:
тАУ Advertise: August 2019
тАУ Design-Build Award: December 2019
тАУ Contract Completion: July 2021

Estimated duration of this project is 606 calendar days.

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

Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self perform at least 15% of the cost of contract not including the cost of materials, with their own employees for general construction-type procurement.

Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract.

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.

Anticipated synopsis issuance date is on or about August 14, 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.

Capability Statement

FirmтАЩs response to this Synopsis shall be limited to 7 pages and shall include the following information:

1. FirmтАЩs name, address, DUNS#, point of contact, phone number, and e-mail address.
2. FirmтАЩs interest in bidding on the solicitation when it is issued.
3. FirmтАЩs capability to perform a contract of this magnitude and complexity (include firmтАЩs capability to execute construction services comparable work performed within the past 5 years):
Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) тАУ provide at least 3 examples.
4. FirmтАЩs Business Size тАУ LB, SB, 8(a), HUBZone, and SDVOSB.
5. FirmтАЩs Joint Ventures (existing), including Mentor Prot├йg├йs and teaming arrangement information if applicable.

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

Interested FirmтАЩs shall respond to this Sources Sought Synopsis no later than 2:00 pm Central Standard Time on December 13, 2018. All interested firms must be registered in System for Award Management (SAM). Email your response to Darrell L. Montgomery at Darrell.L.Montgomery@usace.army.mil. Please include CAPABILITY STATEMENT 168 BEDROOM DORMITORY LRAFB in the subject line.

Response Date:
121318

Sol Number:
PANSWD-19-P-0000-000321

 

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