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: This Design-Bid-Build project includes the construction of a new addition to Building 317; renovation of the existing Building 317; and demolition of Building 206. The project will allow for the consolidation of communications functions that are currently housed in multiple facilities on Niagara Falls Air Reserve Station.
The new addition will be a 2,100 Square foot single-story building constructed on the North side of the existing building. Construction will consist of a concrete slab on grade foundation, reinforced Concrete Masonry Unit walls, and sloped roof with steel decking and asphalt shingles. The addition will be for admin space.
The existing Building 317 is a 7,500 square foot, single-story facility. The building renovation will require removing select interior walls; replace all exterior doors and hardware; replace all interior finishes, including floors, walls, and ceiling materials, including suspended acoustic ceiling panels, grid, and/or gypsum board; upgrade existing electric distribution system, replace existing interior light fixtures, upgrade existing mechanical and HVAC systems, upgrade existing telecommunications systems, and upgrade existing fire protection/life safety systems and renovation of restrooms. The project will be phased: Phase 1 will include the creation of the new server room, electrical room and rerouting of comm cabling; Phase 2 will include the remainder of the building renovation and the construction of the addition after the Government installs the servers in the new server room at the end of Phase 1. The server room, existing and new, must remain operational and protected during the entire renovation and construction phase by the contractor. including the required supporting services such as primary and backup power and cooling
Government personnel will require periodic access to this area throughout the project duration. This server area will have SIPR and NIPR offices. Renovations for a new server room location within Building 317 is part of this project. The government is responsible to install the servers in the newly renovated area once the server room is completed. Then, Contractor access will be allowed for the existing server room to be renovated for admin space.
Building 206 is a 7,520 SF facility that will temporary house personnel displaced during the renovations. Once beneficial occupancy is obtained for Building 317, the demolition of Building 206 may commence.
The contract duration is estimated at 580 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 Monday, 24 March 2025, by 3:00 PM Eastern Time.
Responses should include:
- Identification and verification of the company’s small business status.
- Contractor’s Unique Entity Identifier (UEI).
- Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
- Description of Experience: Provide descriptions of up to three (3) projects completed by you as the prime contractor or if the offeror is a Small Business, they can provide Past Performance of affiliates in accordance with DFARS 215.305(a)(2)(C). Submissions of Past Performance from affiliates must include documentation of the affiliation to the offeror. To be relevant the projects submitted should be greater than 90% construction, complete or completed within the last 5 years and are similar to this project in scope and size.
A. Projects similar in Scope to this project include: Construction/renovation of communication buildings or data centers
B. Projects similar in size to this project include: Construction/renovation projects of approximately 5,760 SF or greater.
C. Based on the definitions above, for each project submitted include:
i. The current percentage of construction is complete and the date when it was or will be completed.
ii. Scope of the project.
iii. Size of the project.
iv. Dollar value of the construction contract.
v. Whether the project was design-bid-build or design-build.
vi. Identify the number of subcontractors by construction trade utilized for each project.
vii. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
viii. The portion and percentage of the project that was self-performed.
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.
Responses shall be submitted to Laura Phillips-Payne at Laura.Phillips-Payne@usace.army.mil no later than (NLT) Monday, 24 March 2025 @ 3PM Eastern Time.
Questions can be emailed to Laura Phillips-Payne at Laura.Phillips-Payne@usace.army.mil NLT 19 March 2025. 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 a 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).