Renovate Buildings 10006 and 10008 Hammerhead Barracks

Agency:
State: Texas
Type of Government: Federal
FSC Category:
  • Z - Maintenance, Repair or Alteration of Real Property
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Mar 13, 2024
Due Date: Mar 29, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Renovate Buildings 10006 and 10008 Hammerhead Barracks
Active
Contract Opportunity
Notice ID
W9126G25R1668
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST FT WORTH
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 13, 2024 11:48 am CDT
  • Original Response Date: Mar 29, 2024 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2FC - REPAIR OR ALTERATION OF TROOP HOUSING FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Cavazos , TX 76544
    USA
Description

SOURCES SOUGHT



W9126G25R1668



Renovate Buildings 10006 and 10008 Hammerhead Renovations, Fort Cavazos, Texas, Bell County



US ARMY CORPS OF ENGINEERS



FORT WORTH DISTRICT



DISCLAIMER



This sources-sought is for informational purposes only. This is not a "Request for Proposal (RFP)" to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Quote (RFQ) or Invitation for Bid (IFB) or Request for Proposal (RFP), if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.



INTRODUCTION



The US Army Corps of Engineers, Fort Worth District is issuing a sources sought synopsis as a means of conducting market research to determine if small business firms are available to support the requirement for a Firm Fixed-Price, Design-Bid-Build Construction project for new construction located at Fort Cavazos, Texas.



Based on the responses to this Sources Sought notice, the Government will assess small business capabilities to satisfy the agency’s requirements and decide if this procurement should be set-aside for small business. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE



Fort Cavazos, Texas Bell County



PROGRAM BACKGROUND



The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for an award of a Design-Build Construction contract for the renovations of Buildings 10006 and 10008 Hammerhead Renovations, on Fort Cavazos, Texas. The proposed project will be a competitive, firm-fixed price procurement. The acquisition strategy decision will be based on the respondent’s capabilities from this source sought and/or other market research methods.



The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the small business community to determine if there are two or more capable small businesses that can perform the requirements of the scope of work outlined below. The small business community includes Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business



(WOSB). The Government must ensure there is adequate competition of capable firms. Small business, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside.



Scope of Work:



In accordance with DFARS 236.204, the magnitude of construction for this project is estimated between $25,000,000 and $100,000,000.



Buildings were originally constructed in the 1950’s and last renovated in the early 2000’s.



Estimated duration of the project is 730 calendar days. NOTE: The project duration in the actual solicitation could be increased or decreased.



Air leak test results showed failing building envelope and substandard building insulation; the HVAC system is inefficient and failing. This has resulted in substantial mold growth due to insufficient humidity control and moisture infiltration. The electrical systems throughout the buildings are old and undersized and the lighting is outdated. Neither building has a fire protection/ mass notification system. The roofs of both buildings are in need of replacement.



The first floor of each building is administrative space – primarily Company Ops Facility (COF), however the hammer portion of each barracks is classified as Battalion HQ. From observation inside each building, the engineering team found that the units occupying these spaces are nearly all Headquarters and Headquarter Company (HHC) units, which would not be supported by the Battalion HQ Cat Code. A new floorplan was therefore developed in the 10000 block renovations, which would provide enough administrative space for three companies or 1 company and 1 HHC.



The new chiller motors in the CEP 10017 cut out automatically at 108 degrees. There is currently no climate control for this building, so it is difficult to keep them operational in the summer.



REQUESTED RESPONSE INFORMATION



Responses to this synopsis must address at a minimum the following items:



Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Include how your company has successfully managed projects of this magnitude and provide specific project details which indicate how the projects are similar in size, scope, and complexity. Also include specific technical skills your company possesses which will ensure capability to perform the project scope.



Project specific items:




  1. Can your company manage a safety program during the duration of the project? If so, provide details.





b) Can your company manage and perform work in an occupied office building?



c) Can your company manage upgrade of systems in an occupied building requiring systems to remain operational?





2) Can or has your company managed a team of subcontractors before? If so, provide details.





3) Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures, or teaming arrangement that will be pursued, if any.





4) Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Provide any additional information your company believes may assist the Government in deciding on whether to set this project aside for small business.





5) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact Contracting Officer, Mr. Matthew Dickson, at matthew.s.dickson@usace.army.mil or 817-886-1110, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the Point of Contact information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





Respondents to this notice must also provide a current capability statement and indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.



The North American Industry Classification System code for this procurement is 236220 Commercial and Institutional Building Construction which has a small business size standard of $45M.



The Product Service Code is Z2FC.



Small Businesses are required to comply with FAR 52.219-14, Limitations on Subcontracting when utilizing subcontractors. Firm will not pay more than 85% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated.



Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations.





Responses to this Synopsis shall be limited to 5 pages and shall include the contractor’s capability statement.



Interested Firms shall respond to this Synopsis no later than 29 March 2024, 4PM (central



local time). Email your response to Vernon Valigura at: Vernon.N.Valigura2@usace.army.mil.





EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
  • FORT WORTH , TX 76102-6124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 13, 2024 11:48 am CDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Ysleta Land Port of Entry Pavement Replacement Repairs Project Project Active Contract

Federal Agency

Bid Due: 5/16/2024

Status Ref# Project Close Date Dayes Left Action Open CIZ-DWU-23 464E Central Wastewater

City of Dallas

Bid Due: 4/26/2024

Project Name Type Category Location Date Due Status Rehabilitation of Taxiways SA &

Houston Airport System

Bid Due: 5/16/2024

Follow Amendment 04 - Ysleta Land Port of Entry Pavement Replacement Repairs Project

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/16/2024