Search Contract Opportunities

PN 81165 SOF Human Platform FORGE   4

ID: W912PM20R0001 • 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

Posted: April 16, 2020, 8:12 a.m. EDT

SOURCES SOUGHT NOTICE

FOR

PN 81165

SOF Human Platform FORGE

Fort Bragg, North Carolina

This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a

Request for Proposal. This request does not obligate the Government in any contract award.

The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct a SOF Human Platform FORGE. The scope of work includes: Construct a cardio/strength/nutrition training, physical/hydro therapy, special operations cognitive enhancement for performance training, human engagement and adaptive thinking training, and shower/locker space. Construction consists of concrete foundation and floor slab with metal frame structure. Built-in building systems will include fire alarm/mass notification, fire suppression, energy management control, telephone and advanced unclassified and classified communications networks, cable TV, intrusion detection, closed circuit surveillance, and electronic access control systems and a hardened protected distribution system. Department of Defense (DoD) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. Supporting facilities include site preparation, utilities (electrical, water, gas, sanitary sewer, chilled water, and information systems distribution), lighting, vehicle parking, access drives, curb and gutter, sidewalks, storm drainage, landscaping, roads, demolition of 59,500 SF of existing facilities, and other site improvements. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. Special construction includes sustainable construction features complying with and certifiable to Leadership in Energy and Environmental Design (LEED) Silver with enhanced commissioning. Access for persons with disabilities will be provided. Comprehensive interior, electronic security systems, and audio visual design services are included.

In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $25,000,000.00 and $100,000,000.00.

All interested firms with 236220 as an approved NAICs code have until 17 February 2020 at 2:00 p.m. to submit the following information:

Name & Address of your Firm

Point of Contact (Name/Phone/E-mail)

Current SAM

Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.

Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity to cover the limits of the magnitude of construction.

Evidence of capabilities to perform comparable work i.e., complex construction projects of similar size, scope and complexity on three (3) recent projects equal to or greater than $25,000,000.00 in value (not more than five (5) years old), projects equal to or greater than 60,000 square feet, one (1) project must include the construction of a physical training or therapy area (as the Prime Contractor).

Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Design-Bid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.

Firm's capability to perform, to include geographic span and project size. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance.

Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot g and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot g arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.

The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.

The requested information shall be submitted electronically to the following Email addresses:

U.S. Army Corps of Engineers

Attn: Jenifer Garland

E-mail: jenifer.m.garland@usace.army.mil

SAW-CT-Military-Proposals@usace.army.mil

The email should be entitled: PN 81165 SOF Human Platform FORGE - Sources Sought_COMPANY NAME_.

Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner

All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.

Posted: April 16, 2020, 7:41 a.m. EDT
Posted: Jan. 22, 2020, 6:57 a.m. EST

Overview

Response Deadline
May 4, 2020, 2:00 p.m. EDT (original: Feb. 17, 2020, 2:00 p.m. EST) Past Due
Posted
Jan. 22, 2020, 6:57 a.m. EST (updated: April 16, 2020, 8:12 a.m. EDT)
Set Aside
None
Place of Performance
Fort Bragg, NC 28307 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
61%
On 1/22/20 USACE Wilmington District issued Sources Sought W912PM20R0001 for PN 81165 SOF Human Platform FORGE due 5/4/20. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
John T. C. Hill   Profile
Phone
(910) 251-4451

Secondary Contact

Name
Jenifer Garland   Profile
Phone
(910) 251-4314

Documents

Posted documents for Sources Sought W912PM20R0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W912PM20R0001

Award Notifications

Agency published notification of awards for Sources Sought W912PM20R0001

Contract Awards

Prime contracts awarded through Sources Sought W912PM20R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912PM20R0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912PM20R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT WILMINGTO
FPDS Organization Code
2100-W912PM
Source Organization Code
500039400
Last Updated
May 19, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 19, 2020