Texas Bids > Bid Detail

Child Development Center, Lackland AFB, Texas

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159629464253714
Posted Date: Jan 19, 2024
Due Date: Jan 29, 2024
Source: https://sam.gov/opp/8c9a4f8e15...
Follow
Child Development Center, Lackland AFB, Texas
Active
Contract Opportunity
Notice ID
W9126G24R0125
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST FT WORTH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 19, 2024 01:53 pm CST
  • Original Response Date: Jan 29, 2024 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    JBSA Lackland , TX 78236
    USA
Description

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, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. 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 not be notified of the results of the Sources Sought or resulting market research.



The U.S. Army Corps of Engineers, Fort Worth District has been tasked to solicit for and award a project for a Child Development Center (CDC). The proposed project will be a competitive, firm-fixed price, Design Build contract. The Government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, decision to be issued will depend upon the capabilities of the responses to this synopsis.



The purpose of this sources sought 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB).



Statement of Work:



A large Child Development Center (CDC) at JBSA Lackland utilizing the standard design (3820 SM). Construction will include child development areas for infants, pre-toddlers, toddlers, preschoolers, administrative space, lobby areas, public restrooms, storage rooms, kitchen and equipment, playground areas and equipment, security system, CCTV, utilities, concrete foundation, concrete floor slabs, structural steel frame, masonry walls, standing seam metal roof, parking, driveway and all associated support. This project will also include the demolition of Building 2602 (722SM).



The estimated cost of proposed construction is between between $25,000,000 and $100,000,000. The estimated duration of the project is 730 calendar days.



The North American Industry Classification System code for this procurement is 236220, Commercial and Industrial Building Construction which has a small business size standard of $45.0M.



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 their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.



Prior Government contract work is not required for submitting a response under 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.



The type of solicitation to be issued will be a Design Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date for Phase 1 is on or about March 2024, and the estimated proposal due date will be on or about August 2024. The official Synopsis citing the solicitation number will be issued on sam.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. The official synopsis citing the solicitation number will be issued at the Government Point of Entry for Federal Contracts as required in FAR 5.102.



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, 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 Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.



7. The completed Sources Sought Response document included as an attachment to this Sources Sought.



Interested Firms shall respond to this Sources Sought Synopsis no later than 29 January 2024 via email only. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to Ms. Stella Morales at stella.i.morales@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
  • FORT WORTH , TX 76102-6124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 19, 2024 01:53 pm CSTSources 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 >