Child Development Center (CDC), JBSA Randolph
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Oct 14, 2022 01:20 pm CDT
- Original Response Date: Oct 24, 2022 02:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1CA - CONSTRUCTION OF SCHOOLS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: JBSA Randolph , TX 78150USA
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. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award a project to construct a standard design Child Development Center (CDC), at Randolph AFB, TX. 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 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, Small Disadvantaged Business (SDB) to include the 8(a) Program, Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and businesses are highly encouraged to participate.
Project Scope:
The Government is seeking qualified, experienced sources capable of constructing a large Child Development Center (CDC) (41,126 SF) at JBSA Randolph utilizing the standard design. 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, and all associated support. The project will include all utilities, site improvements, pavements, security systems, passive force protection measures to include perimeter fencing and lighting, and other supporting work necessary to make a complete and usable facility. Current site requires substantial soil removal, reroute of existing underground utilities, environmental remediation and testing. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DoD Antiterrorism/ force protection requirements per UFC 4-010-01. (Air Conditioning: 250 Tons)
In accordance with DFAR Part 236, the construction magnitude is between $25,000,000 - $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 which has a small business size standard of $39.5 Million.
The Federal Supply Code (FSC) is Y1CA.
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.
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 source 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 is on or about 06 February 2023, and the estimated proposal due date will be on or about 06 March 2023. The official Synopsis citing the solicitation number will be issued via SAM.GOV website at https://sam.gov and 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:
- Firm's name, address, point of contact, phone number, and e-mail address.
- Firm's interest in proposing on the construction of a large Child Development Center (as described in the project scope above).
- Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples.
- Firm's Size: Large, small business category and business size, (Small Business, Small Business, Small Disadvantaged Business (SDB) to include the 8(a) Program, Historically Underutilized Business Zones (HUBZone), Service - Disabled Veteran-Owned Small Business (SDVOSB)).
- Firm's Joint Venture information if applicable - existing and potential.
- Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company).
Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. CST, 24 October 2023 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to both:
Jesus Floriano, Contract Specialist
Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102
Email: Jesus.J.Floriano@usace.army.mil
Nicholas Johnston, Contracting Officer
Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102
Email: Nicholas.i.johnston@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
- Jesus Floriano
- Jesus.J.Floriano@usace.army.mil
- Phone Number 8178861380
Secondary Point of Contact
- Nicholas Johnston
- nicholas.i.johnston@usace.army.mil
- Phone Number 8178861006
History
- Nov 08, 2022 10:56 pm CSTSources Sought (Updated)
- Oct 14, 2022 01:20 pm CDTSources Sought (Original)