Colorado Bids > Bid Detail

Joint Cryptologic Center

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159188873861858
Posted Date: Oct 27, 2022
Due Date: Nov 11, 2022
Solicitation No: W9128F21SM032
Source: https://sam.gov/opp/298b531c54...
Follow
Joint Cryptologic Center
Active
Contract Opportunity
Notice ID
W9128F21SM032
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 27, 2022 11:51 am CDT
  • Original Published Date: Jun 30, 2021 02:54 pm CDT
  • Updated Response Date: Nov 11, 2022 02:00 pm CST
  • Original Response Date: Jul 21, 2021 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 20, 2021
  • Original Inactive Date: Aug 05, 2021
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Aurora , CO
    USA
Description



Sources Sought Identification Number: W9128F21SM032



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) FOR A CONSTRUCTION COST LIMITATION WITHIN THE RANGE OF PROJECT MAGNITUDE LISTED BELOW. The Government will use the responses to this sources sought announcement to make appropriate acquisition decisions for this project.





Responses are to be sent via email to michele.a.renkema@usace.army.mil and courtesy copy melisssa.r.harlon@usace.army.mil no later than 2:00 p.m. CST, 21 July 2021. Questions or concerns surrounding small business matters can be sent to cenwo-sb@usace.army.mil. 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). Estimate of the magnitude of this project is between $15M and $20M.





Construct an operational training and administrative support facility to support a tenet Department of Defense entity at Buckley AFB, Aurora, CO. The two-story facility will include approximately +/-30,000 SF of shared training and conference space, flexible administrative areas, storage, and support spaces; the facility provides unclassified spaces. The project will include facility related control systems and cybersecurity features in accordance with Department of Defense criteria. The project will include associated utilities, site features, and asphalt paving for personally owned vehicles. The project may also include bid options for furniture, furnishing and equipment (FF&E), intrusion detection systems (IDS), access control systems (ACS), uninterrupted power supply (UPS), and closed-circuit television (CCTV) systems.





Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.





Special construction and functional requirements: The project will be constructed on a site with suspected/known asbestos containing soils. Any asbestos containing soil must be tested, identified, handled, and disposed of off Government property in accordance with all Federal and State regulations.





SUBMISSION DETAILS:





All interested, capable, qualified (under NAICS code 236220 ) 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 (h)er/is phone number and email address



- CAGE Code and DUNS number

- Business size to include any official teaming arrangements as a partnership or joint venture

- Details of similar projects (similar in size, dollar value, function, vertical construction, etc.) 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), and project cost, term and complexity of job.



- Please indicate if your firm has experience with the following (either a brief statement or a yes/no answer is acceptable):



- In the past 10 years, has your firm constructed multistory facilities for the DOD or Federal Government?



- In the past 10 years, has your firm constructed administration or office type buildings?



- In the past 10 years, has your firm had experience with construction of facilities of similar size and scope (based upon estimated cost)?



- In the past 10 years, has your firm had experience with construction of facilities on a DOD Military Installation?



-In the past 10 years, has your firm had experience with handling hazardous materials encountered to support a construction project?



- Information on your single and aggregate bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS





Responses will be shared with the Government and the project management team, 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) FOR A CONSTRUCTION COST LIMITATION WITHIN THE RANGE OF PROJECT MAGNITUDE LISTED ABOVE. ESTIMATED CONSTRUCTION CONTRACT AWARD IS ESTIMATED TO BE SECOND QUARTER OF FISCAL YEAR 2022 (FY22).




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >