Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Y--COMMAND AND CONTROL FACILITY, DIVISION HEADQUARTER (HQ) AT FT. BLISS, EL PASO, TEXAS

Solicitation Number: W91238-08-S-0259
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: US Army Engineer District, Sacramento
  • Print
:
W91238-08-S-0259
:
Sources Sought
:
Added: Sep 15, 2008 7:34 pm
Posted Date: September 15, 2008

CONTRACT INFORMATION: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE.

The Sources Sought Tracking No. for this announcement is W91238-08-S-0259.

The purpose of this Source Sought is to gain knowledge from all contractors (small and large) who are interested and have the capability and qualifications to complete and perform the below described construction services and to validate that the solicitation should be issued as full and open competition.


General Description of Work:

This construction contract will be procured through a design/build (D/B) two-phase source selection procedures. The scope of project includes all work required to design and build a Command & Control Facility, Division HQ located at Ft Bliss, El Paso, Texas.

The work consists of the design and construction of a new multi-story, approximately 143,090 SF Command and Control Facility. The project site is located within an area receiving significant development. To reduce contractor conflicts, a design-build team is under contract to develop and install all infrastructure and horizontal construction features outside of the ~5 foot building line. Coordination with this contractor will be required. A compacted earth pad along with utilities to the site will be in place prior to start of construction. No demolition is anticipated. Project includes an administrative area divided into specified security zones and operations area that includes special use space for a Sensitive Compartmented Information Facility (SCIF), Operations Center (OC), and Network Operations Center (NOC), redundant mechanical and electrical systems with backup power for designated areas, secure organizational vehicle parking, antenna pad, loading/service areas, information systems, fire protection and alms systems, intrusion detection systems, energy monitoring control systems, sustainable design, energy policy act of 2005 (EPAct 05) features, minimum antiterrorism features, comprehensive interior design, interior/exterior signage, and access for individuals with disabilities. The structure will be permanent construction with a 25-year life expectancy. The project includes all necessary features (interior and exterior) to yield a safe, complete, and useable facility for its intended use.


General Information:

The magnitude of the design and construction is estimated between $25~$100 Million. No public bid opening procedures are applicable to this solicitation. A firm fixed price UNRESTRICTED contract is anticipated to be awarded using Best Value evaluation criteria.

The 2002 North American Industrial Classification System (NAICS) code applicable to this project is 236220. The Commercial and Institutional Building Construction, and the small business size standard is $33.5 Million. The SIC is 1542, Commercial Building Construction General Contractors. Under FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with his-or-her own employees. Proposals will be evaluated using source selection procedures that will result in award of a firm-fixed price contract to the responsible proposer whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered.

The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Submissions that do not meet all requirements or submitted within the allotted time will not be considered.

Include in your Capabilities Statement:
1) ability to obtain bonding coverage of at least $60M;
2) similar design-build projects;
small business
3) Small Business Only: how you will manage work in accordance with FAR 52.219-14(b)(3), Limitation on Sub-contracting: General Construction.


Websites:

After solicitation issuance, contractors may view and/or download this solicitation and all amendments at FedBizOpps: https://www.fbo.gov. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation.

Plans and specifications will not be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOpps website for amendments to the solicitation. Important: you must be registered with the Central Contractor Registration Database (CCR), to receive a Government contract award. You may register with the CCR at http://www.ccr.gov/.


Primary Point of Contact (PPOC):

The responses to this SOURCES SOUGHT synopsis may be e-mailed to the PPOC, Angkham Sybangone, USACE Contract Specialist, at email angkham.a.sybangone@usace.army.mil; phone: (916) 557-5231; mail: Sacramento District, USACE, 1325 J Street, Sacramento, CA 95814.

Contracting Officer:

The responses to this SOURCES SOUGHT synopsis may also be e-mailed to the Contracting Officer at Gregory.l.tom@usace.army.mil.

Responses must be received no later than September 30, 2008 by 3 pm, PDT. Electronic submissions are accepted.
:
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
:
COMMAND AND CONTROL FACILITY, DIVISION HQ FT. BLISS EL PASO TX
79925
US
:
Angkham Sybangone, 916-557-5231

US Army Engineer District, Sacramento