Skip to main content

An official website of the United States government

You have 2 new alerts

Engineer Research & Development (SMDC RDT&E Lab)

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)
  • Original Published Date: Apr 17, 2024 10:51 am CDT
  • Original Response Date: May 02, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Redstone Arsenal , AL
    USA

Description

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Redstone Arsenal, AL.

The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Redstone Arsenal, AL. 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 a Research, Development, Test & Evaluation (RDTE) Laboratory facility which includes a high bay area that is large enough to house tactical vehicles and an overhead crane that will be used to reconfigure the space as needed for each type of development undertaken on large instrumentation. Additional spaces required include offices, conference room, lab areas for integrated air and missile defense, restrooms, and common support spaces. Support facilities include site development, utilities and connections, lighting, parking, walks, storm drainage, information systems, IDS, EMCS, AT/FP requirements, and energy/sustainability. The facility is approximately 5,600 square feet (SF). The prospective procurement will involve awarding a construction contract in the range of $5-$10 million. Proposed construction duration of 480 calendar days.

Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) 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: ariel.s.chamberlain@usace.army.mil and kyle.m.rodgers@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 May 2, 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 109 ST JOSEPH ST
  • MOBILE , AL 36628-0001
  • USA

Primary Point of Contact

Secondary Point of Contact

History