Kansas Bids > Bid Detail

501260 B222 Renovation Construction Fort Leavenworth

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159388295304279
Posted Date: Mar 17, 2023
Due Date: Mar 30, 2023
Solicitation No: W912DQ23R4049
Source: https://sam.gov/opp/9d820506bb...
Follow
501260 B222 Renovation Construction Fort Leavenworth
Active
Contract Opportunity
Notice ID
W912DQ23R4049
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST KANSAS CITY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 16, 2023 11:13 am CDT
  • Original Response Date: Mar 30, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Leavenworth , KS 66027
    USA
Description

The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a contract to perform renovation work on building 222 at Fort Leavenworth, Kansas. The Government proposes to issue a firm fixed price type design-bid-build (DBB) contract award for this project.



THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.





The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities and qualifications of small business firms to perform a firm fixed price DBB construction type contract of this magnitude and to determine if there is adequate competition to compete and successfully perform.



The scope of this contract for building 222:



Whole building renovation of historic building 222, with historic restoration for interior aspects of the building. All systems will be replaced: mechanical; electrical; communications; security; fire and life safety. Architectural revisions to improve layout and update interiors. Replace windows to match historic look meeting current anti-terrorism/force protection standards. Structural code upgrades. Removal of asbestos material and asbestos contaminated soil in the crawl space. Some brick patching and repointing. Building 222 is a contributing structure to the Fort Leavenworth National Landmark Historic District; all work will be done in accordance with the Secretary of the Interior Standards for Historic Preservation. Approximately 4500 SF.



ACQUISITION STRATEGY





The Government anticipates a 1 year firm fixed price type contract for this project. The requirement will consist of all aspects of renovation to building 222. This requirement will include construction scheduling. The anticipated award of this contract will be on or before September 30, 2023.





The magnitude of this project is between $1,000,000 and $5,000,000. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include but are not limited to: Commercial and Institutional Building Construction 236220, and $45M size standard.





You are invited to respond to this sources sought notification, with your response to include the following information:





COVER LETTER:






  1. Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission;

  2. Company Website

  3. Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 236220.

  4. If a Small Business, specify if your company is any of the following: (a) Service- Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business.

  5. Assertion of Contractors interest in bidding on the solicitation when it is issued.





SOURCES SOUGHT QUESTIONS:






  1. Prior Experience. Prior experience with construction of projects that have similar scope and magnitude. Provide examples with summaries of past performance on a minimum of (3) three projects constructing major renovations to historic administrative buildings within the last (6) six years by including as much of the following information as possible:

    1. Dollar amount of the contract;

    2. Contract type (Design-Bid-Build, Design-Build, etc.);

    3. Whole building renovations including the work listed in the scope above;

    4. Brief description of the technical requirements of the submitted project;

    5. Description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor. Include details showing similarity to scope of building 222;

    6. Indication of how long the services took to complete from start to finish;

    7. Name, address, point of contact and phone number of customer organization for which the work was done.

    8. Compliance with Secretary of the Interior Standards for historic renovation experience.





Contractor may submit examples of work done by a subcontractor, if that subcontractor intends to enter into a letter of commitment with the contractor.




  1. Joint Venture information, if applicable - existing and potential.

  2. Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.



The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives.





Please respond by March 30, 2023, at 1:00 pm Local Time, with response limited to six (6) pages. Send your response to Erynn Wright via email, erynn.n.wright@usace.army.mil with a courtesy copy to Alice Jeffres at alice.m.jeffres@usace.army.mil.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • CONTRACTING DIV CORPS OF ENGINEERS 601 E 12TH ST
  • KANSAS CITY , MO 64106-2896
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 16, 2023 11:13 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >