Agency: | DEPT OF DEFENSE |
---|---|
State: | North Dakota |
Type of Government: | Federal |
Category: |
|
Posted: | Dec 6, 2022 |
Due: | Dec 20, 2022 |
Solicitation No: | W9128F23SM004 |
Publication URL: | To access bid details, please log in. |
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.
This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.
The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills, and capability to perform the work concerning the potential project described below. The Government requests responses from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10M. The Government will use the responses to this source sought announcement to make appropriate acquisition decisions for this project.
Responses are to be sent via email to gloria.garside@usace.army.mil no later than 11:00 a.m. CST, 20 December 2022. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.
PROJECT DESCRIPTION:
This project will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the government with a complete facility and warranty based on the Request for Proposal (RFP).
ADAL South Entry Gate, Minot Air Force Base, North Dakota.
Repair and expand the existing drive-lane to ensure it is provided with adequate and updated AT/FP measures. Construct a new permanent Entry Control Vehicle Inspection Facility, complete with a bathroom and mechanical systems, replacing the existing temporary tent structure while expanding the commercial Vehicle Queuing area. Reconfigure the post drive-lane gatehouses road, providing a curved design to reduce peak vehicle speeds between the security control point gatehouse and the final active vehicle-security barrier. Relocate the final active vehicle-security barrier to ensure the distance from the access control gatehouses to the barrier adequately accounts for vehicle speed acceleration and personnel reaction times, aligning with Air Force AT/FP Standards. Extend the vehicle barrier bollard and cabling system to support the relocated active vehicle barrier and reconfigured road. Provide updated site and utility connections to support the building and road work items outlined above.
SUBMISSION DETAILS:
All interested, capable, qualified (under NAICS code 236220 - Commercial and Institutional Building Construction) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required.
Please include the following information in your response/narrative:
• Company name, address, and point of contact, with phone number and email address
• Business size to include any official teaming arrangements as a partnership or joint venture
• Details of similar projects and state whether you were the Prime or Subcontractor
• Start and end dates of construction work
• Project references (including owner with phone number and email address)
• Project cost, terms, and complexity of job
• Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES
Responses will be shared with Government personnel and the project management team on a need to know basis, but otherwise will be held in strict confidence.
PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10,000,000.00.
In accordance with (IAW) FAR 36.204, the magnitude of this project is expected to be between $5,000,000 and $10,000,000.
Telephone inquiries will NOT be accepted.
Thank you for your assistance in helping complete this market research survey.
With GovernmentContracts, you can:
...Follow Belcourt Replace Steam Boiler Design Build Active Contract Opportunity Notice ID... Design ...
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Bid Due: 5/17/2024