Agency: | |
---|---|
State: | Utah |
Type of Government: | Federal |
Category: |
|
Posted: | Dec 14, 2023 |
Due: | Jan 12, 2024 |
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 Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources.
GENERAL SCOPE:
Design and construct a one-story egress facility (approximately 12,000SF) for depot-level repairs for the new T-7 advanced pilot trainer campus. Major functional components for the egress facility include canopy storage and repair for 16 canopies, seat storage and repair for 32 seats, staging and storage, common area, and office space. The project will include utilities, pavements, parking (approximately 3,804SY), site preparation, site improvements and all necessary supporting facilities for a complete and usable facility. Additionally, the facility will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01.
This design shall conform to criteria established in the Air Force Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no Air Force standard facility design for this project, and there is no applicable standard design from United States Army Corps of Engineers. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1-200-02, High Performance and Sustainable Building Requirements. This includes preparation of a life-cycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. Facility is sited in accordance with the Installation Development Plan and is within a compatible land use area. This project does not fall within or partly within the 100-year flood plain.
The anticipated requirement may result in a solicitation being issued approximately May 2024. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately December 2024.
In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the Government currently estimates the magnitude of construction for this project to be between $10,000,000 and $25,000,000.
The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236210 – Industrial Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration, is $45,000,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1EB, Construction of Maintenance Buildings
If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, FAR 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor.
Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.
CAPABILITY STATEMENT:
Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10.
Please provide the following information:
Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above.
Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received.
Please provide responses and/or questions by e-mail to the Contract Specialist, Heidi May, at heidi.may@usace.army.mil by 0900 / 9:00 AM (PST) Thursday, 12 Jan 2024.
Please include the Sources Sought Notice number, ‘W9123824S0008’ in the subject line.
With GovernmentContracts, you can:
...Follow USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) ...
Federal Agency
Bid Due: 11/06/2024