Maintenance Repair Army Reserve (MRAR) project of Barracks Building 5406

Agency: DEPT OF DEFENSE
State: New Jersey
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Apr 4, 2023
Due: Apr 17, 2023
Solicitation No: W912QR-23-MRAR-BURLINGTON
Publication URL: To access bid details, please log in.
Follow
Maintenance Repair Army Reserve (MRAR) project of Barracks Building 5406
Active
Contract Opportunity
Notice ID
W912QR-23-MRAR-BURLINGTON
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 04, 2023 10:05 am EDT
  • Original Published Date: Apr 04, 2023 10:03 am EDT
  • Updated Response Date: Apr 17, 2023 02:00 pm EDT
  • Original Response Date: Apr 17, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Burlington City , NJ
    USA
Description View Changes

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately.



Project Location: Burlington County, NJ



Project Description: This project is a Design/Build for a Maintenance Repair Army Reserve (MRAR) project of Barracks Building 5406 located at Joint Base / McGuire-Dix-Lakehurst, New Jersey. The barracks is located near the intersection of Pennsylvania and 1st Avenue, approximately 1.4 acres in size. The facility is approximately 39,770 square feet and was constructed in 1955. The site includes an existing asphalt Privately Owned Vehicle Parking (POV) and access road in average condition.



The project will modernize one existing concrete framed and CMU walled barracks. External improvements will include roof replacements, if deemed necessary, and the replacement of all windows. The modernization will entail a renovation of a 1+1 configuration based on existing conditions. When necessary to construct to the desired configuration, non-load bearing and/or load bearing walls may be moved. However, the interior renovations will also make maximum use of existing walls when possible so as to minimize demolition.



The bathrooms will be completely upgraded with new bathroom fixtures, piping, showers and toilet facilities. The existing HVAC system will be replaced with appropriate system for individual room control. The existing electrical system will be upgraded to allow the facility to handle computers in rooms and prevent spikes and brownouts. Lighting will be improved. The interior renovations will include improved interior finishes such as drop ceilings, wall-coverings, tile and carpeting. Telecommunications work will supply one phone line, one cable television connection and one network connection to each bedroom. An appropriate number of phone lines, cable television connections and network connections will be supplied to the common areas. Life Safety upgrades will provide the appropriate alarm/suppression systems to protect and alert personnel.



The modernized facilities will meet all applicable life safety standards. In general, the modernized facilities will have new utility systems including plumbing, HVAC, fire protection sprinklers/alarms, lighting, energy management and controls, public address, security, and information systems. Abatement procedures will be employed if asbestos or other hazardous material is encountered during the project.



Contract duration is estimated at 730 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via email by Monday, April 17, 2023 by 2:00 PM Eastern Standard Time.



Responses should include:




  1. Identification and verification of the company’s small business status.

  2. Contractor’s Unique Entity Identifier (UEI)) and CAGE Code(s).

  3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.

  4. Description of Experience – Provide descriptions of your firm’s past experience on up to three (3) projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.

    A. Projects similar in Scope to this project included: Projects considered similar in scope to this project include complete renovation or new construction of buildings similar to Military Barracks, Dormitories, Hotels, and/or office / administrative facilities.

    B. Projects similar in size to this project include: Projects of approximately 25,000 SF or greater.

    C. Based on definitions above, for each project submitted include:

    -Current percentage of construction complete and the date when it was or will be completed. Projects that are substantial completion (95% complete) can be submitted if it meets the criteria.

    -Size of the project

    -Scope of the project

    -The dollar value of the construction contract

    -The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed.

    -Whether or not the project was design/build

    -Identify the number of subcontractors by construction trade utilized for each project.

    -Documentation from firm’s bonding company showing current single and aggregate performance and payment bond limits.

  5. 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 the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.



NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.



Email responses and any questions to Jordan Lowe at Jordan.T.Lowe@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.



NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.



All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.



ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.



Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.



Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.



To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow Non-Recurring Engineering, Design, Development, Manufacture and Test, and produce low-rate... interested and ...

DEPT OF DEFENSE

Bid Due: 5/03/2024

...with the capability to build prototypes, conduct Non-Recurring Engineering, Design, Development... Follow Non-Recurring ...

DEPT OF DEFENSE

Bid Due: 5/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.