COMMERCIAL VEHICLE INSPECT GATE PATRICK AFB

expired opportunity(Expired)
From: Federal Government(Federal)
W91278-19-L-0028

Basic Details

started - 12 Apr, 2019 (about 5 years ago)

Start Date

12 Apr, 2019 (about 5 years ago)
due - 27 Apr, 2019 (about 4 years ago)

Due Date

27 Apr, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W91278-19-L-0028

Identifier

W91278-19-L-0028
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698267)DEPT OF THE ARMY (131615)USACE (37545)SAD (4409)US ARMY ENGINEER DISTRICT MOBILE (1060)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer in Patrick AFB, FL.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 at Patrick AFB, FL. 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 constructing an Entry Control Facility (ECF) for large commercial vehicles to include a new Commercial Vehicle Inspection Facility (CVIF), Gatehouse, Final Denial Barriers, Overwatch and Road Network to meet UFC
4-022-01 "Security Engineering: Entry Control Facilities/Access Control Points", UFC 4-022-02 "Selection and Application of Vehicle Barriers" and AFCEC?s Dynamic Prototype for Entry Control Facilities/Installation Access Control Points. Facility construction will consist of reinforced concrete slabs/foundations, concrete structures and barrel tile roofs. The existing road network needs to be reconfigured to meet all AT/FP and UFC requirements. Anvil Road and Forecast Lane will need to be reconfigured to include partial demolition, repaving and additions. State Road A1A will need to be modified to include new acceleration, deceleration and turning lanes as required. This scope includes construction of new perimeter wall sections anywhere voids were created by the demolition of the existing commercial ECF. The scope includes all utilities, site improvements, pavements, communications infrastructure, active/passive security infrastructure, emergency power or connections to an emergency power source and all other supporting infrastructure necessary for a complete and useable facility. This project will demolish facilities 935, 953, the Temporary Commercial Vehicle Inspection Facility (T7) and portions of Anvil Road and Forecast Lane. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200- 02, High Performance and Sustainable Building Requirements. This project will comply with DOD antiterrorism/force protection requirements per UFC 4-010-01. The prospective procurement will involve awarding a construction contract in the range of $3-$7 million. Additionally, the project must be completed within 18 months 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 $36.5 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. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: 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: michael.j.scism@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than April 27, 2019. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure. 

Patrick AFB, Florida Patrick AFB, Florida United StatesLocation

Place Of Performance : Patrick AFB, Florida

Country : United States

You may also like

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS