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 and award a BMT, DCF. A major Air Force objective is to provide recruits with facilities conducive to their proper housing, dining, and training. Properly sized, sited, designed, and furnished facilities are essential to successfully train future Air Force enlisted personnel. This project provides the fourth of four-satellite dining hall/classroom buildings in the Recruit Housing and Training facility replacement program. Each satellite facility will serve two new recruit dormitories (~2500 recruits). This program replaces dining hall and classroom facilities that are currently located in the Basic Military Training Squadron dormitory buildings. The ground floor will consist of a serving area, fast-food kitchen and dining area. The facility will provide for laundry pickup and a minor clinic support area. The second and third floors will consist of classrooms. This is not a tenant or supported service requirement. To deliver this mission, SWF plans to competitively solicit proposals to award a firm-fixed price (FFP), Design-Bid-Build (DBB), C-type construction contract for BMT, DCF# 4.
The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. 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, Small Disadvantaged Business (SDB) to include the 8(a) Program, Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, WOSB, SDVOSB and any other businesses are highly encouraged to participate.
Project Scope:
Construct a BMT, DCF Complex utilizing conventional design and construction methods to accommodate the mission of the facility. The construction includes a multi-story facility consisting of a drilled pier foundation, concrete floor slabs, structural steel frame, masonry walls, standing seam metal roof, and an elevator. Areas include kitchen, dining areas, and multiple classrooms for the residents of two Airmen Training Complexes. The project will include all necessary site improvements, utilities, pavements, communications, and all other necessary supporting work to make complete and useable facilities. The environmental remediation will include the removal of asbestos and any additional work needed to mitigate potential hazards. The project demolishes buildings 9310 (20,051 SM), 9,210 (20,051 SM), 7364 (1,754 SM), 7366 (1,267 SM), 7368 (1,754 SM), 7475 (1,202 SM), totaling 46,079 SM. Facilities will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01.
In accordance with DFARS Part 236.204, the Magnitude of construction: $250,000,000 to $500,000,000.
The Estimated duration of the project is 800 calendar days.
The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $45 Million, with the product and Service Code Y1FD, Construction of Dinning Facilities.
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 their own employees for general construction-type procurement. If a large business firm is selected for this announcement, they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.
Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.
Prior Government contract work is not required for submitting a response under this source 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 type of solicitation to be issued will be a Design-Bid-Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about June 2025, and the estimated proposal due date will be on or about January 2026. The official Synopsis citing the solicitation number will be issued via SAM.GOV website at https://sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
Firms responding to this Sources Sought shall answers the 9 questions below. If answer is Not Applicable, type in the letters NA.
1. Firm's name, address, point of contact, phone number, E-MAIL address, UEI Number, and Cage Code.
2. Firm's interest in bidding on the solicitation when it is issued.
3. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB.
4. Firm's Joint Ventures (existing), including Mentor Protege and teaming arrangement information if applicable.
5. Firm's Bonding Capability (construction bonding level per contract, expressed in dollars).
6. Company's capability to perform a contract of this magnitude 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.
7. How many large dinning and classroom facilities or commercial equivalents have you performed in the last five years?
8. Experience working on Air Force facilities?
9. We intend to solicit using Best Value Trade off with factors of Past Performance, Schedule and Price. If you were to propose on this project are there any other factors we should consider?
Interested Firm's shall respond to this Sources Sought no later than 2:00 P.M.(Central Time), March 10, 2025. Email your response to Contract Specialist, Christine Noriega. at EMAIL: christine.noriega@usace.army.mil.
EMAIL is the ONLY METHOD to submit your answers to this source sought.