Search Contract Opportunities

Repair/Reconfigure Bldg. 54, McConnell AFB, Kansas   4

ID: W912DQ24R4011 • Type: Sources Sought • Match:  90%
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

The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract for the repair/reconfiguration work on Building 54 at McConnell Air Force Base, Kansas. The Government proposes to issue a firm fixed price type contract award for this project.

THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.

The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities, and qualifications of small business firms to perform a firm fixed price DBB construction type contract of this magnitude and to determine if there is adequate competition to compete and successfully perform.

The scope of this contract for Building 54:

Repair/reconfigure Building 54 to support Cyberspace Security and Control System (CSCS) Weapon System consisting of Network Operations Squadron (NOS) mission. Relocate server room in order to provide expanded floor space and adequate HVAC/electrical systems with necessary redundancy. Reconfigure and relocate operations floor to support new CSCS missions, personnel, and equipment. Reconfigure existing support areas to better support mission needs and accommodate personnel efficiencies. Right size secure working areas, restrooms, and locker rooms. Repair finishes throughout repaired areas. Replace HVAC, electrical, and fire protection systems throughout the facility to comply with UFC's/Building Codes. Provide redundant HVAC and Electrical for critical areas of the facility.

ACQUISITION STRATEGY

The Government anticipates a 730-calendar day firm fixed price type contract for this project. The requirement will consist of all aspects of repair/reconfiguration to Building 54. This requirement will include construction scheduling as the existing server room and main communications room must remain operational throughout construction.

The magnitude of this project is between $25,000,000 and $100,000,000. The applicable North American Industrial Classification System (NAICS) codes for this procurement is 236220-Commercial and Institutional Building Construction with a Small Business Size Standard of $45M.

You are invited to respond to this sources sought notification, with your response to include the following information:

COVER LETTER:

  1. Business name, address, CAGE code and UEI number; and Point of Contact including name, phone number and email address responsible for submission.
  2. Company Website
  3. Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 236220.
  4. If a Small Business, specify if your company is any of the following: (a) Service- Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business.
  5. Assertion of Contractors interest in bidding on the solicitation when it is issued.

SOURCES SOUGHT QUESTIONS:

  1. Prior Experience. Prior experience with construction of projects that have similar scope and magnitude. Provide examples with summaries of past performance on a minimum of (3) three projects for the repair/reconfiguration of administrative buildings within the last (6) six years by including as much of the following information as possible:
    1. Dollar amount of the contract.
    2. Contract type (Design-Bid-Build, Design-Build, etc.).
    3. Whole building repair/reconfiguration including the work listed in the scope above.
    4. Brief description of the technical requirements of the submitted project.
    5. Description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor. Include details showing similarity to scope of Building 54.
    6. Indication of how long the services took to complete from start to finish.
    7. Name, address, point of contact and phone number of customer organization for which the work was done.
  2. Joint Venture information, if applicable - existing and potential.
  3. Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.

Contractor may submit examples of work done by a subcontractor if that subcontractor intends to enter into a letter of commitment with the contractor.

The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives.

Please respond by December 14, 2023, at 10:00 am Local Time, with response limited to six (6) pages. Send your response to Jeri Halterman via email, jeri.l.halterman@usace.army.mil with a courtesy copy to Alice Jeffres at alice.m.jeffres@usace.army.mil.

Overview

Response Deadline
Dec. 14, 2023, 11:00 a.m. EST Past Due
Posted
Nov. 30, 2023, 9:46 a.m. EST
Set Aside
None
Place of Performance
McConnell AFB, KS 67221 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
30%
On 11/30/23 USACE Kansas City District issued Sources Sought W912DQ24R4011 for Repair/Reconfigure Bldg. 54, McConnell AFB, Kansas due 12/14/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Name
Jeri L. Halterman   Profile
Phone
(816) 389-2198

Secondary Contact

Name
Alice Jeffres   Profile
Phone
(816) 389-3074

Documents

Posted documents for Sources Sought W912DQ24R4011

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W912DQ24R4011

Award Notifications

Agency published notification of awards for Sources Sought W912DQ24R4011

Contract Awards

Prime contracts awarded through Sources Sought W912DQ24R4011

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912DQ24R4011

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912DQ24R4011

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912DQ24R4011

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
Dec. 29, 2023
Last Updated By
jeri.l.halterman@usace.army.mil
Archive Date
Dec. 29, 2023