Modeling Analysis Computing Exploitation (MACE) at Redstone Arsenal, Alabama
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: Jan 25, 2023 09:07 am CST
- Original Response Date: Feb 09, 2023 05:00 pm CST
- Inactive Policy: Manual
- Original Inactive Date: Sep 30, 2023
- 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 35898USA
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 153,747 SF Modeling Analysis Computing Exploitation (MACE) facility consisting of analysis and computer laboratories and data center with supporting backup UPS and power generation. The MACE will also include administrative, training, support, and storage spaces. Work includes building information systems, fire protection and alarm systems, access control, intrusion detection, Energy Monitoring Control Systems (EMCS), sustainability, energy enhancement measures, and access for persons with disabilities. Supporting facilities include site development, grading, parking, utilities, lighting, paving, walks, curbs, storm drainage, landscaping, signage, physical security, and AT/FP. 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. 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.
The cost of construction is expected to range $100 million - $250 million. Proposed construction duration of 900 calendar days. Sources are being sought for 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 ten (10) 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).
As this project is anticipated to exceed $35M, in accordance with the executive order on Project Labor Agreements please provide the following information:
- The anticipated impacts to schedule and cost as a result of a Project Labor Agreement being mandatory.
- If a Project Labor Agreement is mandated on this project, would your company submit an offer when the solicitation is issued?
NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jillian.e.saffle@usace.army.mil and kenneth.p.harlan@usace.army.mil. The subject line of the e-mail shall reference the Market Research number in the announcement and submittals are due no later than February 9, 2023. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 201 SAINT MICHAEL STREET
- MOBILE , AL 36602-3630
- USA
Primary Point of Contact
- Jillian Saffle
- jillian.e.saffle@usace.army.mil
- Phone Number 2514415584
Secondary Point of Contact
- Kenneth Harlan
- Kenneth.P.Harlan@usace.army.mil
- Phone Number 2516943763
History
- Sep 30, 2024 11:00 pm CDTSpecial Notice (Original)
- Dec 31, 2023 10:55 pm CSTPresolicitation (Original)
- Sep 30, 2023 10:55 pm CDTSpecial Notice (Original)
- Sep 30, 2023 10:55 pm CDTSpecial Notice (Original)
- Sep 30, 2023 10:55 pm CDTSources Sought (Original)
- Jul 03, 2023 11:40 am CDTSpecial Notice (Original)
- Jan 30, 2023 01:01 pm CSTSpecial Notice (Original)