Oklahoma Bids > Bid Detail

600 Area Mechanical Repairs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159389618701637
Posted Date: Nov 2, 2022
Due Date: Nov 16, 2022
Solicitation No: W912BV23CSB01
Source: https://sam.gov/opp/c214752336...
Follow
600 Area Mechanical Repairs
Active
Contract Opportunity
Notice ID
W912BV23CSB01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
US ARMY ENGINEER DISTRICT TULSA
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 02, 2022 10:59 am CDT
  • Original Response Date: Nov 16, 2022 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Sill , OK
    USA
Description

SOURCES SOUGHT



600 AREA MECHANICAL REPAIRS



FORT SILL, OKLAHOMA



This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.



The U.S. Army Corps of Engineers – Tulsa has been tasked to solicit for and award a contract for replace all Dedicated Outside Air Units (DOAUs) at Buildings 5955 and 6050 and incorporate the new units into the existing chilled water central plant look at Fort Sill, Oklahoma. The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.



The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.



The Government is seeking qualified, experienced sources capable of performing design-build construction replace all Dedicated Outside Air Units (DOAUs) at Buildings 5955 and 6050 and incorporate the new units into the existing chilled water central plant loop. New chilled water piping will be required from each building mechanical room vault to the newly installed DOAUs located in the 3rd floor penthouses throughout each facility. Direct Digital Controls shall remain BACnet, integrated into the new equipment, and existing BACnet base-wide front-end graphics shall be modified to reflect the newly installed equipment. The construction will be phased with only one wing under construction at a time. All facilities/wings will remain occupied during construction. Buildings 5955 and 6050 are located on Rothwell Street, Fort Sill, Oklahoma.



In accordance with FAR 36.204, the estimated magnitude of construction for this project is between $5,00,000 and $10,000,000.



Estimated duration of the construction phase of this project is 1050 calendar days.



The North American Industry Classification System code for this procurement is 236220, which has a small business size standard of $39.5M.



Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.



Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.



Prior government contract work is not required for submitting a response under this sources sought synopsis.



Anticipated solicitation issuance date is on or about February – March 2023 and the estimated proposal due date will be on or about June 2023. The official synopsis citing the solicitation number will be issued on https://SAM.gov/piee.eb.mil, and we invite firms to register electronically to receive a copy of the solicitation when it is issued.



Interested firms’ responses to this synopsis shall be limited to 5 pages and shall include the following information:



1. Firm’s name, address, point of contact, phone number, e-mail address and business CAGE Code.



2. Firm’s interest in bidding on the solicitation when it is issued.



3. Firm’s capability to perform a contract of this magnitude and complexity. Include firm’s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples.



4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.



6. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable



7. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.



Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 16 November 2022. All interested firms must be registered in SAM to be eligible for award of government contracts. Mail, fax or email your response to Shawn Brady, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: shawn.brady@usace.army.mil. Phone: 918-669-4984. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 2488 E 81ST STREET
  • TULSA , OK 74137-4290
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 02, 2022 10:59 am CDTSources 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 >