Status Report

Design-Build Construction of Mission Launch Control Center, Wallops Flight Facility, Wallops Island, Virginia

By SpaceRef Editor
April 8, 2013
Filed under , ,

Solicitation Number: W91236-13-R-0040
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Norfolk

Solicitation Number:
W91236-13-R-0040
Notice Type:
Sources Sought

Synopsis:
Added: Apr 02, 2013 5:17 pm
The purpose of this Sources Sought Notice is to identify qualified small business concerns that are interested in and capable of performing the work described herein, and posted as a market research tool only.

The Norfolk District, Corps of Engineers is contemplating a firm fixed priced contract for the Design-Build construction of a 16,000 square foot Mission Launch Control Center located at the Wallops Flight Facility, in Wallops Island, Virginia using a two phase, best value, procurement method. The primary functions of the building are support of the mission launch control for Launch Pad A and Launch Pad B, and launch control for Sounding Rockets Program Office.

Building code criteria is as follows:

Use Group: business Group B
Construction type: Type II-B, Non-Combustible, Unprotected, Fully sprinklered
Basic Wind Speed: 115 mpg
Exposure Category: C
Occupancy Category: IV
Importance Factor: I=1.1

Re-grading of the site will be required, several underground utilities may need to be relocated, and modification to existing bituminous concrete roadway may be needed. Contract duration is estimated at 380 days.

The magnitude of construction is between $5,000,000.00 and $10,000,000.00. The NAICS code applicable to this requirement is 236220, with a small business size standard of $33.5 million.

We are requesting that all interested and qualified small businesses respond to this sources sought notice with a capability statement, which shall include at a minimum: (1) Identification and verification of the company’s small business status, (2) Cage Code and DUNS number, if applicable, 3)The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience – Provide descriptions of your firm’s past experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type buildings involving management of multiple sub-contractors.

Projects similar in scope to this project include: New construction of fire and emergency call centers, data centers. Projects similar in size to this project include: New construction of projects that are similar in scope as outlined above and are approximately 15-20,000 sq ft. Projects similar in dollar value to this project include: Minimum $5,000,000.

A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed.

Based on definitions above, for each project submitted include:

a. Current percentage of construction complete and the date when it was or will be completed.
b. Scope of the project
c. Size of the project
d. Dollar value of the project
e. The portion and percentage of work that was self performed
f. Whether the project was design/build or not

The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned) Your capabilities statement must be submitted in writing to the U.S. Army Corps of Engineers, Norfolk, ATTN: Lynn M. Tanno, Contracting Office, 803 Front Street, Norfolk, VA 23510. Electronic submissions WILL NOT be accepted. The capability statement must be submitted no later than 17 April 2013. Limit capability briefing package to 10 pages. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Point of Contact is Lynn M. Tanno, (757) 201-7839; email: Lynn.M.Tanno@usace.army.mil.

Contracting Office Address:

USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
Place of Performance:
USACE District, Norfolk 803 Front Street, Norfolk VA
23510-1096
US
Point of Contact(s):
Lynn Tanno, 757-201-7839

SpaceRef staff editor.