Oklahoma Bids > Bid Detail

SOURCES SOUGHT - AMMUNITION DEMOLITION SHOP, MCALESTER ARMY AMMUNITION PLANT, OK

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159628514812908
Posted Date: Mar 14, 2023
Due Date: Mar 28, 2023
Solicitation No: W912BV23R0029
Source: https://sam.gov/opp/c1e7835449...
Follow
SOURCES SOUGHT - AMMUNITION DEMOLITION SHOP, MCALESTER ARMY AMMUNITION PLANT, OK
Active
Contract Opportunity
Notice ID
W912BV23R0029
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: Mar 14, 2023 03:25 pm CDT
  • Original Response Date: Mar 28, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EA - CONSTRUCTION OF AMMUNITION FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    McAlester , OK
    USA
Description

SOURCES SOUGHT SYNOPSIS For Ammunition Demolition Shop, McAlester Army Ammunition Plant, 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 construction of Ammunition Demolition Shop. Proposed project will be a competitive, firm-fixed price, design/bid/build, contract procured in accordance with FAR 15, Negotiated Procurement using 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 business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate.





The Government is seeking qualified, experienced sources capable of performing project of similar size and scope. Project includes three demilitarization process facilities for machine out/melt out/wash out/control and change areas including unattended process control rooms, employee change rooms, and break room, totaling approximately 40,000 square feet total. Foundations for the buildings consist of reinforced concrete slabs with shallow footing foundations (up to 10,000 sf each) in expansive soils requiring significant soil preparation and treatment. Project also includes heating plant, fire tank and pump, rail spur, building information systems, fire protection and alarm systems, Utility Monitoring Control Systems (UMCS) connection, and 30 foot mechanically stabilized earth (MSE) blast revetment walls. The demilitarization process buildings will have special air handling equipment, and deluge fire protection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Building information systems and UMCS connection for this project are unique in nature and not included in the unit cost of the building. 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. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. 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. Demolish 2 buildings at McAlester Army Ammunition Plant, OK (25,887 Total SF). Air Conditioning (Estimated 17 Tons).





In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25,000,000 and $100,000,000.00





The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45.0M





Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. 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. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm.





Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.





Anticipated solicitation issuance date is on or about 10 June 2023, and the estimated proposal due date will be on or about 10 July 2023. The official synopsis citing the solicitation number will be issued under Contracting Opportunities via www.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.





Firm’s response 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, and e-mail address.



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



3. Firm’s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm’s capability to execute construction- comparable work performed within the past 5 years):



Brief description of the project, customer name, timeliness of performance, and dollar value of the project) – provide at least 3 examples.



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



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



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





Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM CST 28 March 2023. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Ryan Kelly, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Ryan.J.Kelly@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.


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
  • Mar 14, 2023 03:25 pm 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 >