The U.S. Army Corps of Engineers, Mobile District, anticipates issuing multiple contracts for construction and lease of new customized secure office modular facilities and heavy infrastructure and site work for AFLCMC Temporary Facilities.
The project scope of the AFLCMC Temporary Facilities Phase 1 contract will be for construction and lease of two 36,000 sf single-story custom secure modular facilities to provide temporary workspace/cubical capacity for 600 personnel during current office space complete building renovation; design, construction and lease of one 5,680 sf single-story custom secure modular conference center facility to provide temporary meeting capacity for 260 personnel; and construction of all site work as noted below. The project scope of the AFLCMC Temporary Facilities Phase 2 will be for design and construction of two additional 36,000 sf single-story custom secure modular facilities to provide temporary workspace/cubical capacity for 600 personnel during current office space complete building renovation, ; and construction of all site work as noted below. Facilities must be constructed in full compliance with secure area requirements, specifically those adhering to UFC 4-010-05 and ICD/ICS 705, and must comply with all applicable DoD, Air Force, and base standards. Includes following interior systems: electrical, fire suppression, plumbing, HVAC, A/V, IDS, communications and data systems, access control, fire alarm / mass notification system, closed circuit television systems (CCTV), HVAC DDC controls, etc. Site work includes demolition of existing utilities, new site grading, parking, sidewalks, and utilities, including water, sewer, stormwater, communications, power, and temporary irrigation.
Each of these prospective procurements will involve awarding a construction contract in the range of $25-$50 million. Additionally, each of the projects must be completed within 12 months after the Notice-to-Proceed is issued. Please indicate interest in one or both of the construction contracts.
Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36.5 million. Responses should include the following information and shall not exceed a total of eight pages:
1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.
2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.
3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.
4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs), or by providing the following information:
a. project title
b. location of work performed
c. general description of the construction to demonstrate similarity to the project listed above
d. the Offeror's role (i.e., prime contractor, subcontractor, etc.)
e. dollar value of contract
f. duration; and
g. name of the company, agency or government entity for which the work was performed with contact information that includes reference name, phone number and e-mail address.
NO HARDCOPY RESPONSES WILL NOT BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in .pdf format to the following email addresses: [email protected] and [email protected]. The subject line of the email shall reference this Sources Sought # W91278-19-L-0034 and submittals are due no later than 3:00 p.m. on May 24, 2019. Please note that all electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.