Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2025 SAM #8489
SPECIAL NOTICE

Z -- Barksdale AFB Repair B6413

Notice Date
2/21/2025 10:31:16 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Response Due
2/28/2025 12:00:00 PM
 
Archive Date
03/15/2025
 
Point of Contact
Bijay Gurung, Phone: 8178861018, Linda D Eadie, Phone: 8178861085
 
E-Mail Address
bijay.gurung@usace.army.mil, linda.d.eadie@usace.army.mil
(bijay.gurung@usace.army.mil, linda.d.eadie@usace.army.mil)
 
Description
This is a SOURCES SOUGHT for market research purposes 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 not be notified of the results of the evaluation. The U.S. Army Corps of Engineers- Fort Worth District has been tasked to solicit for FY25 B6413 Building Renovation Secure Space in Barksdale Air Force Base, Louisiana. This project is converting the west wing of Hangar Building 6413 into an Administrative Space, fully compliant with ICD 705 and Tempest standards. The buildout will encompass approximately 28,000 square feet of two-story space, including the construction of a second floor within an open hangar bay. Given the building's historic status, coordination with the State Historic Preservation Office (SHPO) will be required. The new administrative spaces will include a mix of open and private offices, conference rooms, planning rooms, training rooms, storage rooms, restrooms, breakrooms, telecommunication rooms, server rooms, and briefing rooms. Specific requirements for these spaces include breakrooms equipped with kitchenettes, and audio-visual rooms that meet ""Sound Group 4"" classification with Sound Transmission Class (STC) ratings per ICD 705. Restrooms will be upgraded to meet new occupancy codes, and general storage for office supplies will be provided. The existing ACS/IDS system will be reconfigured to align with the new space layout, and the network infrastructure will support NIPR, SIPR, JWICS, and SAP networks. Specialized rooms, such as telecommunication and server rooms, will be sized per I3A standards to accommodate the required networks. Other provisions include the installation of printers linked to the appropriate networks, an industrial shredder near the storage area, and a dedicated IT equipment storage room adjacent to the server room. Design specifications also stipulate that all door frames must be grout-filled, not insulation-filled, to prevent delays, and all doors must feature electric strikes within the doors themselves, not electric latches on the frames. Interior doors will be STC rated based on space requirements, while existing exterior doors will remain in place. Insulated partitions will be added behind existing hangar doors to meet thermal requirements, and all windows will be removed and replaced with matching exterior wall assemblies. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Businesses, 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 responsible contractors. The Government is seeking qualified, experienced sources capable of constructing the above referenced work. 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 Product Service Code is Z2BZ - REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES. The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $45 Million. Small Businesses are reminded that FAR clause FAR 52.219-14 � Limitations on Subcontracting will be applicable to this contract; and to pay specific attention to paragraphs (e)(3) and (g). (e)(3) For General Construction, it (the contractor) will not pay more than 85 percent 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 towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. Anticipated solicitation issuance date is on or about July 2, 2025, and the estimated proposal due date will be on or about August 2, 2025. The official solicitation will be issued on System for Award Management (www.sam.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/ and https://piee.eb.mil/. In order to download the solicitations and amendments in PIEE, there are 10 general steps a vendor must follow. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5 For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. It is the Offerors responsibility to monitor the https://sam.gov/ and PIEE at https://piee.eb.mil web sites for amendments to the solicitation. You must be registered with the System Award for Management (SAM) and PIEE, to receive a Government contract award. Firms responding to this Sources Sought shall answers the 6 questions below. If answer is Not Applicable, type in the letters NA. Firm's name, address, point of contact, phone number, E-MAIL address, UEI Number, and Cage Code. Firm's interest in bidding on the solicitation when it is issued. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB. Firm's Joint Ventures (existing), including Mentor Protege and teaming arrangement information if applicable. Firm's Bonding Capability (construction bonding level per contract, expressed in dollars). Company's capability to perform a contract of this magnitude, scope, and complexity by providing a brief description of at least three projects including customer names and phone numbers, timeliness of performance, and dollar values of the projects. This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information Interested Firm's shall respond to this Sources Sought no later than 2:00 P.M.(Central Time), February 28, 2025. Email your response to Contract Specialist, Bijay Gurung and Contracting Officer, Linda D. Eadie at EMAIL addresses: Bijay.gurung@usace.army.mil and linda.d.eadie@usace.army.mil. EMAIL is the ONLY METHOD to submit your answers to this source sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27139bdb8f1a47afa34ac432c27f47d5/view)
 
Place of Performance
Address: 0, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN07349632-F 20250223/250221230029 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.