United States - DLA Aviation, Operations Center Phase 2, DSCR, Richmond VA

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
08 November 2019
Opportunity publication date
25 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 24, 2019 4:20 pm

DLA Aviation, Operations Center Phase 2, DSCR, Richmond VA

This is a Sources Sought notice only; it is not a request for competitive proposals. There is no solicitation, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice.
ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 236220.
Project Description:
The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the DLA Aviation, Ops Center Phase II project at DLA, Chesterfield County Richmond, Virginia. The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Design-Bid-Build construction of a 281,075 square foot Operations Center Building with provisions to include: special foundation, geo-thermal mechanical system, SDD and EPAct05, ATFP measures, and building information systems. Also included are utilities, paving, walks, curb/gutter, storm drainage, site improvements, and demolition. The site is constrained and will require expert management and scheduling. The project will provide a building that will be safe to personnel, protect mission critical assets and comply with current design criteria and all applicable codes. The NAICS code applicable to this requirement is 236220, with a small business standard of $36.5 million.
It is anticipated that the Government will issue a firm fixed price contract for the Design-Bid-Build. We are requesting that all interested and qualified small businesses respond to this sources sought notice with a capability statement not to exceed fifteen (15) double-sided pages. At a minimum, the statement shall include:
a. Offeror's name, address, point of contact, phone number, and e-mail address.
b. Offeror's Cage Code and DUNS number.
c. Offeror's interest in bidding on the solicitation when it is issued.
d. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); provide at least 3 examples of 100% construction complete projects and provide a client POC for each.
e. Offeror's experience working with any similar projects involving Operations Centers, or large, secure, administrative buildings (200,000-300,000 sf) that involve multiple architectural-engineering disciplines and multiple sub-contractors.
f. A statement of the portion, by percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the number of subcontractors by discipline.
g. Offeror's Joint Venture information if applicable - existing and potential.
h. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.)
The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (ie, 8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned, Etc.).
The order of magnitude for this effort is estimated between $25,000,000.00 and $100,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought.
The project is located near areas available for work during regular working hours (7:00am to 4:30pm). No holiday work is anticipated.
Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at Synease.s.mcarthur@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement.
All responses to this announcement may be sent electronically to synease.s.mcarthur@usace.army.mil with copy furnished to Jonathan.A.Jones@usace.army.mil no later than 1:00p.m. (EST), 08 November 2019. Limit capability briefing package to 15 pages. Email is the preferred method when receiving responses to this synopsis.
This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
Â

Opportunity closing date
08 November 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Norfolk United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?