FBO Notice Date 11/06/19
BIDS Reference Number 281
Document Type: Sources Sought
Construction Of Structures And Facilities

Department of the Army, US Army Corps of Engineers, USACE District, Wilmington, 28403-1343

Y -- SOF Assessment and Selection Training Complex SOL W912PM20R0003 DUE 112719 POC Amy A Jenkins, Contract Specialist, Phone 9102514804, Email amy.a.jenkins@usace.army.mil - Jere F. West, Contracting Officer, Phone (910) 251-4807, Email Jere.F.West@usace.army.milSOURCES SOUGHT NOTICE
FOR
W912PM20R0003
PN 86021
SOF Assessment and Selection Training Complex
Fort Bragg, North Carolina

***This Sources Sought was previously posted under W912PM19R0014***


This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it an Invitation for Bid. This request does notobligate the Government in any contract award.

The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct a SOF Assessment and Selection Training Complex. The scope of work includes: Construct a Special Operation Forces (SOF) Assessment and Selection Training Building with two entry control points (ECPs) and new training obstacle course.

This project consists of training space, storage space, locker rooms and showers, and building support space. New ECPs include pre- engineered guard houses,security gates, under vehicle surveillance systems, and all supporting communications, power, and water and sewer utilities. New training obstacle course include multiple physical training stations along a circuited route. Built-in building systems include fire alarm/mass notification, fire suppression, energy management control, telephone, advanced unclassified and classified communications networks, television, electronic access control systems, and a protected distribution system. Supporting facilities include site preparation, utilities (electrical,water, sanitary sewer, natural gas, chilled water, and information systems), lighting, vehicle parking, access drives and roads, curb and gutter sidewalks, storm drainage, landscaping, and other site improvements. Department of Defense (DoD) principles for high performance and sustainable building requirements will beincluded in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. Access for persons with disabilities will be provided. Comprehensive interior design and audio visual services are included.

In accordance with DFARS 236.204(i) the magnitude of construction for this project will be between $10,000,0000.00 and $25,000,000.00.

All interested firms with 236220 as an approved NAICs code have until November 22, 2019 at 2:00 p.m. to submit the following information:

- Name & Address of your Firm

- Point of Contact (Name/Phone/E-mail)

- Current SAM

- Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business,and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, e.g., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.

- Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter statingbonding capacity.

This solicitation will be released as an Invitation for Bid and include the following Definitive Responsibility Criteria:

a) PAST EXPERIENCE: Bidder must be able to demonstrate prime contractor experience with the construction of a minimum of three (3) projects of at least Twenty-thousand (20,000) square feet (SF) or more aggregate interior space, including a multi-story or multiple buildings on a single project with a total value equal to or greater than $7,000,000.00.

b) The offeror shall complete a minimum of three (3), but no more than five (5), "Experience Information" forms, (See Example 1), in response to this factor. All projects submitted must have been completed or be at least 50% complete within the last six (6) years preceding the date of this solicitation.

If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance.

- Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team memberwill play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the protégé firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. If theofferor is a Joint Venture (J-V), relevant project experience should be submitted for projects completed by the Joint Venture entity, or the individual firms that make up the joint venture. Offerors that are part of the DoD Mentor Protégé program may submit two (2) recent and relevant projects completed by the Mentor with the remaining project being submitted on behalf of the protégé. Any supporting documentation that confirms your socio-economic status as a team should be provided.

The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.

The requested information shall be submitted electronically to:

U.S. Army Corps of Engineers
Attn: Jere West
Email: jere.f.west@usace.army.mil

and

U.S. Army Corps of Engineers
Attn: Amy Jenkins
E-mail: amy.a.jenkins@usace.army.mil

The email should be entitled: SOF Assessment and Selection Training Complex,Sources Sought, PN 86021

Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer.If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and thequestions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor andwork accomplished by the teaming partner

All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressedor implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.

CITE: https://www.fbo.gov/notices/03bfb1d6fc9a4d3e112139c2fe0a93f3