Search Contract Opportunities

Child Development Center, Sheppard AFB, TX   6

ID: W912BV21R0039 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT For Child Development Center, Sheppard AFB, TX

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 be notified of the results of the evaluation upon request.

The U.S. Army Corps of Engineers Tulsa has been tasked to solicit for and award a contract for the design-build construction of a new Child Development Center at Sheppard AFB. The proposed project will be a competitive, firm-fixed price, two phase design-build contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. 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 (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.

The Government is seeking qualified, experienced sources capable of performing the following:

This project will be a design-build construction project for an approximately 29,000 SF Child Development Center, including FEMA Storm Shelter and playground and supporting infrastructure. Demolish the existing adjacent CDC that is 22,057 SF. Construction plans and building information model up to 35% Design will be provided, including topographic survey and geotechnical report. Construction includes reinforced concrete foundations, concrete floor slab, split faced concrete masonry unit facade and a standing seam metal roof. The project includes all utilities, site improvements, pavements, detection /protection features, security enhancements and other supporting work necessary to make a complete and useable facility. Facilities will be designed as permanent construction in accordance with DoD unified facilities criteria UFC 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01.

In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $10,000,000 and $25,000,000.

Estimated duration of the design phase of this project is 190 calendar days, and construction phase is 540 calendar days.

The North American Industry Classification System code for this procurement is 236220 (Commercial and Institutional Building Construction), which has a small business size standard of $39.5M.

Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.

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 solicitation issuance date for Phase 1 is on or about 10 June 2021 and the estimated proposal due date will be on or about 10 July 2021. The official synopsis citing the solicitation number will be issued on Contracting Opportunities (formerly FBO, now at https://beta.sam.gov/), and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

Interested firms' responses to this synopsis shall be limited to 5 pages and shall include the following information:

1. Firm's name, address, point of contact, phone number, e-mail address and business CAGE Code.

2. Firm's interest in bidding on the solicitation when it is issued.

3. Firm's capability to perform a contract of this magnitude and complexity. Include firm's capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples.

4. Firm's Business Size LB, SB, 8(a), HUBZone, SDVOSB or WOSB.

6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable

7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.

Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 17 MAY 2021. All interested firms must be registered in Contracting Opportunities (SAM.gov) to be eligible for award of government contracts. Mail, fax or email your response to Lindsey Byfield, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Lindsey.M.Byfield@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.

Overview

Response Deadline
May 17, 2021, 1:00 p.m. EDT Past Due
Posted
April 30, 2021, 9:47 a.m. EDT
Set Aside
None
PSC
None
Place of Performance
Wichita Falls, TX United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
31%
On 4/30/21 USACE Tulsa District issued Sources Sought W912BV21R0039 for Child Development Center, Sheppard AFB, TX due 5/17/21. The opportunity was issued full & open with NAICS 236220.
Primary Contact
Name
Lindsey M Byfield   Profile
Phone
(918) 669-7070

Secondary Contact

Name
Julie S. Hill   Profile
Phone
(918) 669-7699

Documents

Posted documents for Sources Sought W912BV21R0039

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W912BV21R0039

Award Notifications

Agency published notification of awards for Sources Sought W912BV21R0039

Contract Awards

Prime contracts awarded through Sources Sought W912BV21R0039

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912BV21R0039

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912BV21R0039

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT TULSA
FPDS Organization Code
2100-W912BV
Source Organization Code
100221322
Last Updated
June 1, 2021
Last Updated By
lindsey.m.byfield@usace.army.mil
Archive Date
June 1, 2021