Agency: | DEPT OF DEFENSE |
---|---|
State: | Florida |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 22, 2024 |
Due: | Apr 30, 2024 |
Solicitation No: | KYJM17-9011 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
This is a Sources Sought Announcement, a Market Survey FOR INFORMATION ONLY. Information received will 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. Respondents will not be notified of the results, but should review SAM.gov for the resulting solicitation. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.
The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of Design-Build Construction services at Homestead Air Reserve Base, FL.
The proposed project will be a competitive firm-fixed price, Design Build, Construction Contract procured in accordance with FAR 15, Negotiated Procurement using Best Value Trade-off processes. The type of set-aside decision(s) 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, specifically South Florida Contractors. The Government must ensure there is adequate competition among the potential pool of responsible contractors.
Project Description: This design-build contract has two phases, the design phase and the construction phase. The work covered by this contract consists of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, supervision and all miscellaneous requirements needed to perform all operations in conjunction with the effort to renovate B208, B209 & B42209 to correct facility wear, age, mold, and space related deficiencies along with all aspects of the completed design under Federal, Department of Defense, HARB, State and applicable local codes. The project will repair and bring up to code the degraded and unsuitable building systems and finishes identified in the 2018 FOCUS report (AMEC Programs, 2019) and Builder Sustainment Management System analysis to ensure the facility remains mission ready and capable. This project will comply with Unified Facilities Codes (UFCs) 1-200-01, 1-200-02, 4-010-01, 3-580, 3-550-01, 3-600-01, and 520-01; Air Force Instructions (AFIs) 32-1062, 32-1063, 32-1065, and other applicable UFCs, installation architectural standards, and local building codes.
Anticipated Construction Phase will include the following activities:
B208:
B209:
B42209:
Project Location: Homestead Air Reserve Base (HARB), Florida. B208.
IAW FAR 36.204 Construction Cost Estimate Range: $1,000,000 to $5,000,000
Sources being sought are interested and qualified Small Business and Large Business firms with a North American Industry Classification System (NAICS) Code of 236220, Small Business Size Standard of $45 million.
Responses should include the following information and shall not exceed a total of ten (10) pages:
1. Offeror's name, address, points of contact with phone number and e-mail address, CAGE Code & Sam.gov UEI.
2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.
3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.
4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope (Design Build) and magnitude (dollar value) and should have been completed within the last 3-5 years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, the percentage of work that was self-performed with description of type of work self-performed, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).
NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: tahj.guilford.2@us.af.mil and sandy.guite@us.af.mil. The subject line of the email shall reference “Sources Sought Design Build B208” and submittals are due no later than 1500 EDT, Tuesday 30 April 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
With GovernmentContracts, you can: