Search Contract Opportunities

Joint Cryptologic Center - Sources Sought   4

ID: W9128F23R0006 • Type: Special Notice
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
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

******DUE TO THE INCREASED MAGNITUDE OF THIS PROJECT WE ARE RE-ISSUING THE SOURCES SOUGHT FOR SMALL BUSINESS AND OTHER THAN SMALL BUSINESS************

Sources Sought Identification Number: W9128F21SM032

This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.

The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below. The Government requests responses from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) FOR A CONSTRUCTION COST LIMITATION WITHIN THE RANGE OF PROJECT MAGNITUDE LISTED BELOW. The Government will use the responses to this sources sought announcement to make appropriate acquisition decisions for this project.

Responses are to be sent via email to michele.a.renkema@usace.army.mil and courtesy copy amanda.e.eaton@usace.army.mil no later than 2:00 p.m. CST, 21 November 2022. Questions or concerns surrounding small business matters can be sent to cenwo-sb@usace.army.mil. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.

PROJECT DESCRIPTION:

This project will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the government with a complete facility and warranty based on the Request for Proposal (RFP). Estimate of the magnitude of this project is between $30M and $40M.

Construct an operational training and administrative support facility to support a tenet Department of Defense entity at Buckley SFB, Aurora, CO. The two-story facility will include approximately +/-30,000 SF of shared training and conference space, flexible administrative areas, storage, and support spaces; the facility provides unclassified spaces. The project will include facility related control systems and cybersecurity features in accordance with Department of Defense criteria. The project will include associated utilities, site features, and asphalt paving for personally owned vehicles. The project may also include bid options for furniture, furnishing and equipment (FF&E), intrusion detection systems (IDS), access control systems (ACS), uninterrupted power supply (UPS), and closed-circuit television (CCTV) systems.

Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.

Special construction and functional requirements: The project will be constructed on a site with suspected/known asbestos containing soils. Any asbestos containing soil must be tested, identified, handled, and disposed of off Government property in accordance with all Federal and State regulations.

SUBMISSION DETAILS:

All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required.

Please include the following information in your response/narrative:
- Company name, address, and point of contact, with (h)er/is phone number and email address

CAGE Code and DUNS number
- Business size to include any official teaming arrangements as a partnership or joint venture
- Details of similar projects (similar in size, dollar value, function, vertical construction, etc.) and state whether you were the Prime or Subcontractor, start and end dates of construction work, project references (including owner with phone number and email address), and project cost, term and complexity of job.

Please indicate if your firm has experience with the following (either a brief statement or a yes/no answer is acceptable):

In the past 10 years, has your firm constructed multistory facilities for the DOD or Federal Government?

In the past 10 years, has your firm constructed administration or office type buildings?

In the past 10 years, has your firm had experience with construction of facilities of similar size and scope (based upon estimated cost)?

In the past 10 years, has your firm had experience with construction of facilities on a DOD Military Installation?

-In the past 10 years, has your firm had experience with handling hazardous materials encountered to support a construction project?

Information on your single and aggregate bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS

Responses will be shared with the Government and the project management team, but otherwise will be held in strict confidence.

PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) FOR A CONSTRUCTION COST LIMITATION WITHIN THE RANGE OF PROJECT MAGNITUDE LISTED ABOVE. ESTIMATED CONSTRUCTION CONTRACT AWARD IS ESTIMATED TO BE SECOND QUARTER OF FISCAL YEAR 2023 (FY23).

Overview

Response Deadline
Nov. 21, 2022, 3:00 p.m. EST Past Due
Posted
Nov. 7, 2022, 10:22 a.m. EST
Set Aside
None
PSC
None
Place of Performance
CO USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Multiple Types Common
On 11/7/22 USACE Omaha District issued Special Notice W9128F23R0006 for Joint Cryptologic Center - Sources Sought due 11/21/22.
Primary Contact
Name
Michele Renkema   Profile
Phone
None

Secondary Contact

Name
Amanda Eaton   Profile
Phone
None

Documents

Posted documents for Special Notice W9128F23R0006

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Special Notice W9128F23R0006

Award Notifications

Agency published notification of awards for Special Notice W9128F23R0006

Contract Awards

Prime contracts awarded through Special Notice W9128F23R0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W9128F23R0006

Similar Active Opportunities

Open contract opportunities similar to Special Notice W9128F23R0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
Dec. 6, 2022
Last Updated By
michele.a.renkema@usace.army.mil
Archive Date
Dec. 7, 2022