Georgia Bids > Bid Detail

Construction

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159576221735549
Posted Date: Jan 18, 2023
Due Date: Jan 25, 2023
Solicitation No: 20230118
Source: https://sam.gov/opp/cdea807b03...
Follow
Construction
Active
Contract Opportunity
Notice ID
20230118
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT GORDON
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 18, 2023 08:10 am EST
  • Original Response Date: Jan 25, 2023 08:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Gordon , GA 30905
    USA
Description

INTRODUCTION



The MICC, Fort Gordon in Augusta, Georgia is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for FY 23 construction projects. The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE



Location: Fort Gordon, GA



100% On-Site Government



000% Off-Site Contractor





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. RESPPONSES 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 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



The Directorate of Public Works (DPW) is designated as the office responsible for planning, directing, coordinating, providing staff supervision, and serving as the principal advisor to the Garrison Commander on all matters relating to engineering, maintenance and repair of real property, housing services, environmental stewardship, fixed facility energy conservation, master planning and space utilization within the garrison.



A need is anticipated for Construction Support identified requirements below. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.




  • DE04980-9P Gibson Rd Municipal Landfill Closure



Preliminary Scope of Work (SOW): Provide Landfill Cap Repairs and provide documentation of corrective measures to close Gibson Road Municipal Landfill in accordance with Federal and Georgia State laws and regulations. The intent of the project is to provide a cover system with 12 inches of intermediate cover, then installation of a geo-synthetic clay liner (GCL) consisting of bentonite sandwiched between two Geotextiles having a total minimum thickness of 6 millimeters over compacted sandy clay. The GCL shall then be covered with12 inches of topsoil, compacted, seeded, irrigated, stabilized, and established for the total coverage.



Closing the existing landfill, includes import of top cover material, bentonite clay cap, seed/SOD, certification closure to State.




  • HR00234-2P B29717 Covert to 3 Room SIPR



Preliminary Scope of Work (SOW): Convert server rack room 501 and work area into three separate entry ways. 1. DREN server room. 2. SIPR work area 3. Developer work area. The SIPR room will need to have safe bolted to ground for securing documents. 4. Additional circuits needed. 5. Additional AC units needed. 6. Add Trilogy locks on front/rear door room 502 and the new SIPR room.




  • DE05443-3P Construct Sidewalks Lane Avenue



Preliminary Scope of Work (SOW): Construct Sidewalk on Lane Avenue starting at 16th Street and ending at B25428.



• Widen North Shoulder of Lane Ave to allow adequate room for the new sidewalk.



• Fill will need to be added to bring the shoulder of the roadway up to grade.



• Install 8ft wide Sidewalk along the North Shoulder of Lane Ave.



O New sidewalk must be 2ft from the edge of pavement.



• Pedestrian lighting as needed.



Sidewalk width is min. 8’ wide.




  • CA94226-2P RDSPD Stripe/Pave Points West MWR



Preliminary Scope of Work (SOW): Entire length of Pike Avenue at Point West Army Resort be restriped.



Parts of the centerline have faded, making it difficult to see the double yellow line, and in some places, drivers cannot see the lines at all. Also includes repair/patching of potholes at marina and includes complete replacement to approx. 0.75 miles of Pike Ave.




  • CD00116-1P B33412 Repair Building



Preliminary Scope of Work (SOW): Renovation, new windows, HVAC work, electrical, plumbing, carpet, expansion/readjustment of office spaces, etc.




  • DE05377-2P BF001 Repair Clay Running Track Barton Field



Preliminary Scope of Work (SOW): Includes redesign, grading, excavation, drainage, etc.




  • MC22001-2P B29605 Handicap Parking



Preliminary Scope of Work (SOW): Survey, Design, minor excavation/grading, removal of shrubs, installation of new sidewalk and ramping up to existing bldg. walkway, installation of handrailing, automatic door openers.




  • DE05367-2P STMSW Construction Emerg Overflow Mgmt. Structure



Preliminary Scope of Work (SOW): Removal of existing wash rack sedimentation ponds, redesign/new layout for wash rack operations that may or may not be covered.



REQUIRED CAPABILITIES



The Contractor shall provide construction services in support of the areas specified in Program Background (above).



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



ELIGIBILITY



The applicable NAICS code for this requirement is: 236220 with a Small Business Size Standard of $45.0M. The Product Service Code is Y1JZ. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Arial font of not less than 12 pitch. The deadline for response to this request is no later than 8 am, EST, 25 January 2023. All responses under this Sources Sought Notice must be e-mailed to the Contract Specialist, Ophelia M. Brown, ophelia.m.brown.civ@army.mil and Ccing Contracting Officer, Sterlyn D. Frazier, sterlyn.d.frazier.civ@army.mil.



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



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



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, (DEVIATION 2021-O0008) small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking.



6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



The estimated period of performance will vary with performance commencing in FY 23. Specifics regarding the number of option periods will be provided in the solicitation.



The contract type is anticipated to be Firm Fixed Price.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to Contract Specialist, Ophelia M. Brown, ophelia.m.brown.civ@army.mil and Ccing Contracting Officer, Sterlyn D. Frazier, sterlyn.d.frazier.civ@army.mil.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT GORDON , GA 30905-5719
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 18, 2023 08:10 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >