Florida Bids > Bid Detail

Advanced Munitions Training Complex PH III FTFA 043000

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
  • U - Education and Training Services
Opps ID: NBD00159771657395516
Posted Date: Oct 11, 2022
Due Date: Oct 26, 2022
Solicitation No: W9127823L0002
Source: https://sam.gov/opp/52c6f88e8a...
Follow
Advanced Munitions Training Complex PH III FTFA 043000
Active
Contract Opportunity
Notice ID
W9127823L0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
US ARMY ENGINEER DISTRICT MOBILE
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: Oct 11, 2022 12:03 pm CDT
  • Original Response Date: Oct 26, 2022 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
Description

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Eglin AFB, Florida (Niceville, Florida).



The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Eglin AFB, Florida (Niceville, Florida). This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.



The U.S. Army Corps of Engineers, Mobile District, anticipates constructing a new Advanced Dynamics Chamber (ADC-50) Facility as part of the Advanced Munitions Technology Complex at the High Explosives Research and Development (HERD) sector at Eglin AFB. The ADC-50 is a hardened research laboratory that is subject to deliberate and repetitive explosion testing for Net Explosive Weights (N.E.W) up to 50lb. The building will be one story with a high bay over the blast chamber and observation room. Approximately four full time personnel will occupy the building from 0800 to 1700 hours. The facility is 10,247 sf.



A new Advanced Energetics Research Laboratory (AERL) Facility as part of the Advanced Munitions Technology Complex at the High Explosives Research and Development (HERD) sector at Eglin AFB. The primary function of the facility is to better understand and exploit fundamental chemical and physical phenomena in reacting energetic materials. The building is one story with a high bay over the laboratories and building support spaces. The Administrative portion will have a lower roof height. Approximately 4 to 10 full time personnel will occupy the building from 0800 to 1700 hours. The facility is 11,137 sf.



A new Explosive Storage Facility that shall accommodate hazard class 1.1D storage of 40,000 lbs. N.E.W. Design is similar to Igloo Munitions Storage module that is a DOD Explosives Safety Board approved facility.



The prospective procurement will involve awarding a construction contract in the range of $25-$60 million. Additionally, the project must be completed within 24 months after the Notice-to-Proceed is issued.



Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $39.5 million. Responses should include the following information and shall not exceed a total of ten (10) pages:



1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.



2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.



3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.



4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).



As this project is anticipated to exceed $35M, in accordance with the executive order on Project Labor Agreements please provide the following information:




  1. The anticipated impacts to schedule and cost as a result of a Project Labor Agreement being mandatory.

  2. If a Project Labor Agreement is mandated on this project, would your company submit an offer when the solicitation is issued?



NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in .pdf format to the following email address: Ariel.S.Chamberlain@usace.army.mil The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than October 26, 2022. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 109 ST JOSEPH ST
  • MOBILE , AL 36628-0001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 11, 2022 12:03 pm 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 >