Search Contract Opportunities

ACP Main Gate, JBLE - Ft. Eustis, VA Construction   3

ID: W9123624S2006 • Type: Sources Sought

Description

SOURCES SOUGHT

ACP Main Gate, Fort Eustis, VA

This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, 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 REGARDLESS OF BUSINESS SIZE UNDER THE NAICS CODE 236220.

Project Description:

The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Design-Bid-Build construction of a new Access Control Point at the Main Gate of JBLE Eustis with provisions to include: Construction on a new Visitor Control Center (VCC), a commercial and POV Vehicle Inspection Facility (VIF), a new gate house, up to five new inbound lanes with a guard shack located on each lane, and an overhead canopy at the guard shack location. Fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection are also included, as well as sustainability and energy enhancement measures. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage, and site improvements. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. The project will provide an ACP that will meet all current Air Force ACP standards that will be safe to personnel, protect mission critical assets and comply with current design criteria and all applicable codes.

The Contracting Officer has classified this requirement as Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 236220, with a small business size standard of $45 million. In accordance with DFARS 236.204(i) the magnitude of construction for this project is between $10,000,000.00 and $25,000,000.00.

Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought.

THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.

It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey.

Response Requirements:

1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses.

2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program.

3. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).

4. Provide a narrative indicating the primary nature of your business. Narratives shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location.

5. Description of Experience Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience.

Based on definitions above, for each project submitted include:
a. Current percentage of construction complete and the date when it was or will be completed.
b. Scope of the project
c. Size of the project
d. Dollar value of the project
e. The portion and percentage of work that was self-performed

The magnitude of construction for this effort is estimated between $10,000,000.00 and $25,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought Announcement.

This Sources Sought Announcement is not a request for competitive proposals. 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 to Jacob Coody at Jacob.W.Coody@usace.army.mil and a copy to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.

Responses:

All responses to this announcement may be sent electronically to Jacob Coody at Jacob.W.Coody@usace.army.mil and Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil no later than 2:00 p.m. EST, 22 November 2023.

Primary Point of Contact:

Jacob Coody

Contract Specialist

Jacob.W.Coody@usace.army.mil

USACE District, Norfolk

Secondary Point of Contact:

Nicholas Lizotte

Contracting Officer

Nicholas.lizotte@usace.army.mil

USACE District, Norfolk

Background
The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Design-Bid-Build construction of a new Access Control Point at the Main Gate of JBLE – Eustis. The project will provide an ACP that will meet all current Air Force ACP standards, be safe to personnel, protect mission critical assets and comply with current design criteria and all applicable codes.

Work Details
The construction project includes the following provisions: Construction on a new Visitor Control Center (VCC), a commercial and POV Vehicle Inspection Facility (VIF), a new gate house, up to five new inbound lanes with a guard shack located on each lane, and an overhead canopy at the guard shack location. Fire protection and alarm systems, Energy Monitoring Control Systems (EMCS) connection, sustainability and energy enhancement measures, site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage, site improvements.
Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided.

Period of Performance
The period of performance for this effort is estimated between $10,000,000.00 and $25,000,000.00.

Place of Performance
The construction projects will be performed at ACP Main Gate, Fort Eustis, VA.

Overview

Response Deadline
Nov. 22, 2023, 2:00 p.m. EST Past Due
Posted
Nov. 9, 2023, 11:42 a.m. EST
Set Aside
None
PSC
None
Place of Performance
VA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
43%
On 11/9/23 USACE Norfolk District issued Sources Sought W9123624S2006 for ACP Main Gate, JBLE - Ft. Eustis, VA Construction due 11/22/23. The opportunity was issued full & open with NAICS 236220.
Primary Contact
Name
JACOB COODY   Profile
Phone
(757) 201-7814

Secondary Contact

Name
Nicholas Lizotte   Profile
Phone
(757) 201-7310

Documents

Posted documents for Sources Sought W9123624S2006

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W9123624S2006

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9123624S2006

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9123624S2006

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9123624S2006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NORFOLK
FPDS Organization Code
2100-W91236
Source Organization Code
100221786
Last Updated
Dec. 7, 2023
Last Updated By
jacob.w.coody@usace.army.mil
Archive Date
Dec. 7, 2023