Search Contract Opportunities

Information Systems Facility (ISF) at Fort Polk, LA   2

ID: W9126G22R0056 • 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 SYNOPSIS

For

Information Systems Facility (ISF), Fort Polk, LA

W9126G22R0056

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.

The U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for and award a project to construct a standard design Information Systems Facility (ISF) at Fort Polk, LA. Proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. 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, Small Disadvantaged Business (SDB) to include the 8(a) Program, Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and businesses are highly encouraged to participate.

Project Scope:

The Government is seeking qualified, experienced sources capable of constructing a standard design Information Systems Facility. Project includes an information system processing area divided into specified security zones that address special use space for a Data Center, Network Operations Center (NOC), Local Session Controller Node (LSCN), and administration and warehousing. Construction includes redundant mechanical and electrical systems with backup power, secure organizational vehicle parking, loading/service areas, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Utility Monitoring Control Systems (UMCS) connection. Adherence to TEMPEST security standards will be provided. Low Impact Development Integrated Management Practices (LID-IMPs) and sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping, and signage. Heating and air conditioning will be provided by connection to a self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are not required. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Access for individuals with disabilities will be provided. Cooling is estimated at 128 tons for the administrative and support areas, 232 tons for the Data Center, and 245 tons for redundant mechanical systems.

In accordance with DFAR Part 236, the construction magnitude is between $20,000,000 - $50,000,000.

The Estimated duration of the project is 730 calendar days.

The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5 Million.

The Federal Supply Code (FSC) is Y1BG.

Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. If a large business firm is selected for this announcement, they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.

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 source sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-

1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.

The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about 14 Apr 2022, and the estimated proposal due date will be on or about 13 MAY 2022. The official Synopsis citing the solicitation number will be issued via SAM.GOV website at https://sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

Firm's response 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, and e-mail address.
  2. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued.
  3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples.
  4. Firm's Size: Large, small business category and business size, (Small Business, Small Business, Small Disadvantaged Business (SDB) to include the 8(a) Program, Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB),).
  5. Firm's Joint Venture information if applicable - existing and potential.
  6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company).

Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. CST, 13 December 2021 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to both:

Vernon Valigura, Contract Specialist

Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102

Email: Vernon.N.Valigura2@usace.army.mil

John H. Rodgers, Contracting Officer

Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102

Email: John.H.Rodgers@usace.army.mil

Background
The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award a project to construct a standard design Information Systems Facility (ISF) at Fort Polk, LA. The proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, including small businesses and other categories such as Small Disadvantaged Business (SDB), Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB).

Work Details
The project includes an information system processing area divided into specified security zones that address special use space for a Data Center, Network Operations Center (NOC), Local Session Controller Node (LSCN), and administration and warehousing. Construction includes redundant mechanical and electrical systems with backup power, secure organizational vehicle parking, loading/service areas, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Utility Monitoring Control Systems (UMCS) connection.
Adherence to TEMPEST security standards will be provided.
Low Impact Development Integrated Management Practices (LID-IMPs) and sustainability and energy enhancement measures are included.
Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping, and signage.
Heating and air conditioning will be provided by connection to a self-contained system.
Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided.

Period of Performance
The estimated duration of the project is 730 calendar days.

Place of Performance
The construction projects will be performed at Fort Polk, Louisiana.

Overview

Response Deadline
Dec. 13, 2021, 3:00 p.m. EST Past Due
Posted
Nov. 29, 2021, 11:16 a.m. EST (updated: April 7, 2022, 9:39 a.m. EDT)
Set Aside
None
Place of Performance
Fort Polk, LA 71459 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
22%
On 11/29/21 USACE Fort Worth District issued Sources Sought W9126G22R0056 for Information Systems Facility (ISF) at Fort Polk, LA due 12/13/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1BG.
Primary Contact
Name
Vernon N. Valigura   Profile
Phone
None

Secondary Contact

Name
John H Rodgers   Profile
Phone
None

Documents

Posted documents for Sources Sought W9126G22R0056

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W9126G22R0056

Contract Awards

Prime contracts awarded through Sources Sought W9126G22R0056

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9126G22R0056

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9126G22R0056

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT FT WORTH
FPDS Organization Code
2100-W9126G
Source Organization Code
100221543
Last Updated
April 7, 2022
Last Updated By
vernon.n.valigura2@usace.army.mil
Archive Date
Aug. 30, 2022