Skip to main content

An official website of the United States government

You have 2 new alerts

Renovate B900 to UEPH Standards

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 11, 2023 03:21 pm CDT
  • Original Response Date: Apr 26, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1FC - CONSTRUCTION OF TROOP HOUSING FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Sill , OK
    USA

Description

SOURCES SOUGHT SYNOPSIS 

Renovate B900 to UEPH Standards - Fort Sill, Oklahoma

Tulsa District

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.  Respondents will be notified of the results of the evaluation upon request.

The U.S. Army Corps of Engineers – Tulsa District has been tasked to solicit for and award a contract for the renovation of Building 900 to Unaccompanied Enlisted Personnel Housing (UEPH) standards. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 14 utilizing the two-step sealed bidding process. 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, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate.

The design-bid-build project requires the contractor to repair and renovate a 43,634 square foot barracks building to Unaccompanied Enlisted Personnel Housing (UEPH) standards, including HVAC, plumbing, electrical, lighting, telecommunications, energy monitoring, fire alarm & mass notification systems. Work also includes partial building demolition, utility line installation, wall framing, repairs to exterior stairs and portions of concrete foundation and roof, door and window replacement, and interior painting and finishes.  Sitework includes partial flatwork demolition, drainage improvements, and utility line installation.

In accordance with DFARS 236.204, the estimated magnitude of construction for this project is between $10,000,000 and $25,000,000.

The North American Industry Classification System code for this procurement is 236220, Commercial and Institutional Building Construction, which has a small business size standard of $45M. 

Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.  Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as a full and open Competition and an award is made to a large business firm.

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

Anticipated solicitation issuance date is on or about 22 May 2023, and the estimated proposal due date will be on or about 22 June 2023. The official synopsis citing the solicitation number will be issued on http://sam.gov, 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:

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

Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 26 APR 2023.  All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to tyler.l.godwin@usace.army.mil.   

U.S. Army Corps of Engineers, Tulsa District

Attention: Mr. Tyler Godwin

2488 E. 81st Street

Tulsa, Oklahoma 74137-429

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 2488 E 81ST STREET
  • TULSA , OK 74137-4290
  • USA

Primary Point of Contact

Secondary Point of Contact

History