Target Assembly Facility Expansion, Engineer Research and Development Center (ERDC), Vicksburg, MS
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer in Vicksburg, MS.
The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business firms interested in a prospective procurement of construction services in Vicksburg, MS. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.
The U.S. Army Corps of Engineers, Mobile District, anticipates expanding the High Bay Target Assembly Facility, Fabrication Test Area and Support Area at the Engineer Research and Development Center (ERDC) to create space for target assembly in support of weapons effects testing. Work includes high bay fabrication test area, storage, operational space, information systems, Cyber security measures, fire protection and alarm systems, and Energy Monitoring Control Systems (EMCS) connection, and supporting facilities. Accessibility for individuals with disabilities will be provided as required. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Sustainability and energy enhancement measures are included. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 5 Tons). Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 5 Tons). The prospective procurement will involve awarding a construction contract in the range of $5-$10 million. Additionally, the project must be completed within 360 days after the Notice-to-Proceed is issued.
Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $39.5 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. Provide CPARS, PPQs, or other means to describe capability to perform projects similar to that listed above. The projects should be of similar scope and magnitude and should have been completed within the last eight years. If other than a CPARS or PPQ is provided, it should contain all information normally included in a CPARS/PPQ (project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).
NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: [email protected] and [email protected]. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than February 15, 2021. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.