Search Contract Opportunities

Ammunition Demolition Shop, McAlester Army Ammunition Plant, Oklahoma

ID: W912BV24X0001 • Type: Sources Sought

Description

SOURCES SOUGHT SYNOPSIS For Ammunition Demolition Shop, McAlester Army Ammunition Plant, Oklahoma

This is a SOURCES SOUGHT announcement; a market survey 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 be notified of the results of the evaluation upon request.

The U.S. Army Corps of Engineers Tulsa has been tasked to solicit for and award a design-bid-build construction contract for the Ammunition Demolition Shop project at McAlester Army Ammunition Plant in McAlester, OK. It is anticipated the proposed project will be solicited as a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, 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 the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate.

The Government is seeking qualified, experienced sources capable of performing projects of similar size and scope. The project includes three demilitarization process facilities for machine out/melt out/wash out/control and change areas including unattended process control rooms, employee change rooms, and break room, totaling approximately 40,000 square feet total. Foundations for the buildings consist of reinforced concrete slabs with shallow footing foundations (up to 10,000 sf each) in expansive soils requiring significant soil preparation and treatment. The project also includes heating plant, fire tank and pump, rail spur, building information systems, fire protection and alarm systems, Utility Monitoring Control Systems (UMCS) connection, and 30 foot mechanically stabilized earth (MSE) blast revetment walls. The demilitarization process buildings will have special air handling equipment, and deluge fire protection. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping, and signage. Building information systems and UMCS connection for this project are unique in nature and not included in the unit cost of the building. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Demolish 2 buildings at McAlester Army Ammunition Plant, OK (25,887 Total SF). Air Conditioning (Estimated 17 Tons).

In accordance with DFARS 236.204, the estimated magnitude of construction for this project is between $25,000,000 and $100,000,000.

The North American Industry Classification System code for this procurement is 236220, Commercial and Institutional Building Construction, which has a small business size standard of $45.0M.

Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% 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 toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm.

Prior Government contract work is not required for submitting a response to this sources sought synopsis; however, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.

The anticipated solicitation issuance date is on or about 1 October 2024, and the estimated proposal due date will be on or about 15 November 2024. The official synopsis citing the solicitation number will be issued under Contracting Opportunities via www.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.

Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:

1. Firm's name, address, point of contact, phone number, and e-mail address.

2. Firm's interest in bidding on the solicitation when it is issued.

3. Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction- comparable work performed within the past 5 years):

Brief description of the project, customer name, timeliness of performance, and dollar value of the project) provide at least 3 examples.

4. Firm's Business Size LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.

5. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable

6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company

Interested firms shall respond to this Sources Sought Synopsis no later than 2:00PM CT 22 July 2024. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Lindsey Byfield, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Lindsey.M.Byfield@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.

Overview

Response Deadline
July 22, 2024, 3:00 p.m. EDT Past Due
Posted
June 21, 2024, 3:55 p.m. EDT
Set Aside
None
PSC
None
Place of Performance
McAlester, OK United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
$25,000,000 - $100,000,000 (value based on agency estimated range)
Odds of Award
31%
On 6/21/24 USACE Tulsa District issued Sources Sought W912BV24X0001 for Ammunition Demolition Shop, McAlester Army Ammunition Plant, Oklahoma due 7/22/24. The opportunity was issued full & open with NAICS 236220.
Primary Contact
Name
LINDSEY BYFIELD   Profile
Phone
(918) 669-7070

Secondary Contact

Name
Julie S. Hill   Profile
Phone
(918) 669-7699

Documents

Posted documents for Sources Sought W912BV24X0001

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912BV24X0001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912BV24X0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912BV24X0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT TULSA
FPDS Organization Code
2100-W912BV
Source Organization Code
100221322
Last Updated
Aug. 6, 2024
Last Updated By
lindsey.m.byfield@usace.army.mil
Archive Date
Aug. 6, 2024