Colorado Bids > Bid Detail

Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159411901764168
Posted Date: May 2, 2023
Due Date: May 15, 2023
Solicitation No: W9128F23SM016
Source: https://sam.gov/opp/4c518a4b07...
Follow
Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO)
Active
Contract Opportunity
Notice ID
W9128F23SM016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 02, 2023 07:20 am CDT
  • Original Published Date: Apr 17, 2023 02:27 pm CDT
  • Updated Response Date: May 15, 2023 02:00 pm CDT
  • Original Response Date: May 01, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1FC - CONSTRUCTION OF TROOP HOUSING FACILITIES
  • NAICS Code:
    • 236116 - New Multifamily Housing Construction (except For-Sale Builders)
  • Place of Performance:
    Colorado Springs , CO 80914
    USA
Description View Changes

Sources Sought Notice Identification Number: W9128F23SM016





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. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $25M. The responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions for this project.





Responses are to be sent via email to brandon.p.landis@usace.army.mil and courtesy copy amanda.e.eaton@usace.army.mil no later than 2:00 p.m. CDT, 15 May 2023.





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 any email submission.





Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $10M and $25M. The magnitude of construction for this specific project is projected to be between $15M-$25M. This project is a non-appropriated funds (NAF) project.





Project Location and Description:



This upcoming solicitation 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).





Temporary Lodging Facility (TLF), Peterson Space Force Base (PSFB), Colorado (CO).





This project will construct a new temporary lodging facility complex consisting of three slab-on-grade, single story wood-framed buildings. One eight-unit building includes two accessible units (approx. 9,000 SF), one six-unit building contains community laundry facilities (approx. 7,200 SF), and another eight-unit building includes the main housekeeping area (approx. 10,300 SF). In addition to the eight or six dwelling units in each building, necessary functional spaces may include laundry, employee offices, staff restrooms, breakrooms, storage rooms and other utility type spaces. Each unit will contain independent HVAC systems. The project will also include internal and site-side infrastructural accommodations. Accommodations may include but are not limited to access drives, parking lots, site features & finishes, fire protection and suppression systems, HVAC systems, and interior and exterior utilities (comm, electrical, water, sanitary, etc.).





The project may include bid options for furniture, furnishing and equipment (FF&E).





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. The facility must be compatible with applicable DoD, Air Force, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified.





Special construction and functional requirements: There will be concurrent construction within the area. Coordination of work will be required. Demolition of existing infrastructure – to include hazardous materials and soils may be required.





Project Period of Performance: 540 Calendar Days from construction notice to proceed (NTP).





Submission Details:





All interested, capable, qualified (under NAICS code 236116) 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 for each facility as described above. Narratives shall be no longer than 12 pages. E-mail responses are required.





Please include the following information in your response/narrative:






  • Company name, address, and point of contact, with (h)is/her phone number and email address

  • CAGE Code and DUNS Number

  • Statement certifying business size such as WOSB, SDVOSB, etc. to include any official teaming arrangements as a partnership or joint venture

  • Details of similar projects within the last 8 years 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)

  • Project cost, term, and complexity of job

  • Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES





Details on similar projects with scope and complexity should identify experience with the following within the past 8 years.






  • Construction of dwelling units or similar to include associated site features, utilities, and infrastructure.

  • Construction of multiple facility type complex.

  • Construction of facilities on a DoD Military Installation.

  • Construction of UFC 1-200-01, Building Code General Requirements

  • Construction of 1-200-02 High Performance and Sustainable Building Requirements

  • Abatement and/or remediation of asbestos, lead based paint, and/or other hazardous materials.





Responses will be shared with Government personnel and the project management team on a need-to-know basis, 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) OF AT LEAST $25M.





ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE FIRST / SECOND QUARTER OF FISCAL YEAR 2024.





Telephone inquiries will NOT be accepted.


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 >