New York Bids > Bid Detail

NFARS Projects; BOWST & OFT Renovation B321

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159550439112529
Posted Date: Mar 11, 2024
Due Date: Mar 26, 2024
Source: https://sam.gov/opp/b6a06e2f51...
Follow
NFARS Projects; BOWST & OFT Renovation B321
Active
Contract Opportunity
Notice ID
W912QR-24-BOWST-OFT-NFARS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 11, 2024 03:29 pm EDT
  • Original Response Date: Mar 26, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Niagara Falls , NY
    USA
Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.



Project Location: Niagara Falls Air Reserve Station, NY



Project Description: Design/Bid/Build contract to include construction of a 2,500 SF (232.3 SM) Boom Operator Weapons System Trainer (BOWST) addition to Building 321 and renovations of Building 321 to meet facility design requirements for the Officer Flight Trainer (OFT) simulator. The installation of the BOWST and OFT will be by the government and not part of this project.



Construction for the addition is to comply with BOWST manufacturer requirements to include minimum BOWST high bay size of 21’ H, 33’x34’; insulated overhead door access, three briefing rooms, parts storage room, computer room with raised flooring, and mechanical/electrical room. Facility to include five-foot-thick reinforced concrete foundation and floor slabs, steel framing and trusses, masonry exterior walls, standing seam metal roofing system, HVAC, electrical, lighting, and fire systems. Computer room flooring rated for minimum 1,000-pound rolling and 250-pound concentrated loading. Interior and exterior communications infrastructure is included and designed for peak use. Provide all supporting utilities, pavements, and landscaping required for a complete and usable facility. Exterior finishes to match or compliment installation architectural standards. Include space for mechanical/electrical equipment, egress, and personnel circulation. Facility layout to meet authorized functional and operational mission needs of the assigned unit and BOWST. The site will include all utility connections and paved maintenance/vehicle access route to high bay.



Low levels of PFOS/PFOA have been detected in the soil and groundwater near the BOWST site. Management, testing, and disposal of soil/groundwater to comply with state and federal regulations for PFOS/PFOA contamination will be required as part of this project.



Construction for the renovation is for the simulator space to make it secure and compliant with open storage requirements so the sims can be on the MAF DMO DTCN secure network 24/7. Modify interior partitions and doorways to support adequate briefing room spaces impacted by BOWST addition and to use dedicated computer room space more efficiently. Modify room 108A to provide environmental controls and adequately sized door opening so HPU and MCC fit. Provide additional restroom capacity within existing building shell to accommodate increased building occupancy. Facility layout to meet authorized functional and operational mission needs. Install 2-ton overhead crane in the high bay. Install a new drawbridge tower and stair assembly. Install chilled water supply for cooling. Facility to include properly located and sized HVAC, electrical, lighting, and fire suppression systems. Install raised pad for MCC in hydraulic room. A new exterior pad is required for AHU cockpit condenser. Replace existing 6” thick permeable concrete pavement with salt resistant 6” concrete pavement.



This project to comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01. Sustainable principles, to include life cycle cost-effectiveness practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02.



Contract duration is estimated at 560 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email by Wednesday, March 26, 2024 by 3:00 PM Eastern Standard Time.



Responses should include:




  1. Identification and verification of the company’s small business status.

  2. Contractor’s Unique Entity Identifier (UEI).

  3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.

  4. Description of Experience – Provide descriptions your firm’s past experience on up to three (3) projects with greater than 95% construction complete, or those projects completed within the last five years which are similar to this project in size, and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.



a) Projects similar in Scope to this project include: New construction and/or renovation of facilities for simulators or secure areas, industrial facilities, hangars, vehicle maintenance shops, and warehouses. Construction of pre-engineered buildings will not be considered similar.



b) Projects similar in size to this project include: New construction and/or renovation of a single building having a minimum of 1,500 SF.



c) Based on definitions above, for each project submitted include:




  1. Current percentage of construction complete and the date when it was or will be completed.

  2. Size of the project

  3. Scope of the project

  4. The dollar value of the construction contract

  5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.

  6. Whether the project was design build or design/bid/build

  7. Whether the project was renovation or new construction

  8. Provide at least one reference point of contact (POC)



5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.



NOTE: Total submittal package shall be no longer than 10 pages. Please only include a narrative of the requested information; additional information will not be reviewed.



Email responses and any questions to Adam Brooks at Adam.M.Brooks@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.



NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.



All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.



ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.



Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.



Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.



To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 11, 2024 03:29 pm EDTSources 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 >