Indiana Bids > Bid Detail

Crane Missile Tech and Strategic Systems Co-Locate

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159614807821350
Posted Date: Feb 22, 2023
Due Date: Mar 6, 2023
Solicitation No: W912QR-23-NSWC-SSEF-MTEF
Source: https://sam.gov/opp/4a52e9c733...
Follow
Crane Missile Tech and Strategic Systems Co-Locate
Active
Contract Opportunity
Notice ID
W912QR-23-NSWC-SSEF-MTEF
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
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: Feb 22, 2023 09:10 am EST
  • Original Response Date: Mar 06, 2023 03:00 pm 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:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Crane , IN 47522
    USA
Description

This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Woman Owned Small Businesses, and Service Disabled Veteran Owned Small Businesses. If you are interested in this project, please respond appropriately.



Title: Construction of Bldg 3696 Missile Technology and Evaluation Facility (MTEF) and Bldg 3658 Strategic Systems Engineering Facility (SSEF).



The proposed design/bid/build project will be for the construction of two (2) separate facilities located directly next door to each other (approximately 30 feet). The MTEF is new construction of an ~8,000 SF Pre-Engineered Metal Building. The facility has limited interior walls with wide-open space intended for either cubicles or collaborative workspace. This space has 120V power, unsecure comm and secure comm lines in the floor for NIPR/RDT&E networks. The SSEF is new construction of an ~8,000 SF Pre-Engineered Metal Building. The facility has a yellow (secure room/controlled area), limited interior walls with wide-open space intended for either cubicles or collaborative workspace. This space has 120V power, unsecure comm and secure comm lines in the floor for NIPR/RDT&E networks.



Contract duration is estimated at 541 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 6 March 2023 by 3:00 PM Eastern Time.



Responses should include:



1. Identification and verification of the company’s small business status.



2. Contractor’s Unique Entity Identifier(s) (formerly DUNS Number) and CAGE Code(s).



3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.



4. If the Louisville District established one consolidated contract rather than two single contracts, does that affect your ability to perform the work?



5. If your response to Question 4 is yes, would you be interested and able to perform the work for either the MTEF or SSEF if they were separate projects (MTEF, SSEF, Both)?



6. Do you believe there may be cost savings in combining the two (2) projects versus constructing them separately? If so, to what approximate degree?



7. Descriptions of Experience – Interested construction firms must provide descriptions of up to (3) three projects with greater than 95% completion by you as the prime contractor within the past seven (7) years which are similar to this project in size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.






  1. Projects similar in scope to this project include:



Construction of general administrative office and RDT&E space, and/or commercial and industrial warehouses. Renovation is not considered similar in scope.






  1. Projects similar in size to this project include:



New general administrative office and RDT&E laboratory space, commercial and industrial warehouses having total square footage of approximately 7,500 SF



Note: An offeror demonstrating the ability to perform construction of general administrative office and commercial or industrial warehouses of 6,000 SF or greater will be understood to be capable of performing at least one of the individual projects.



c. Based on the information above, for each project submitted, include:






    1. Current percentage of construction complete and the date when it was or will be completed.

    2. Scope of the project.

    3. Size of the project.

    4. The dollar value of the construction contract and whether it was design-bid build or design-build.

    5. The portion and percentage of the contract cost, excluding cost of materials that was self-performed as physical vertical and horizontal construction by construction trade. Describe the work your company self-performed

    6. Provide 2 references





8. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.



NOTE: Total submittal package shall be no longer than 10 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Please include responses to the questions as well.



Interested Offerors shall respond to this Sources Sought Synopsis no later than 06 March 2023 by 3:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Donavon Waterbury, Contract Specialist, at: Donavon.J.Waterbury@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.





*************************************************************************************





All contractors must be registered in the System for Award Management (www.SAM.gov) to do work with the government. An active SAM registration isn't required to submit on this market survey. Those not currently registered can obtain registration by going to the website http://www.SAM.gov and are highly encouraged to begin the registration process. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.



PLEASE NOTE: SAM is completely free of charge for both registrants and users. An active SAM registration is not required to submit on the market survey.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 22, 2023 09:10 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 >