This is a SOURCES SOUGHT notice; 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 NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation.
INTRODUCTION
The US Army Corps of Engineers, Fort Worth District is issuing this source sought synopsis as a means of conducting market research to determine if small business firms are available to support the requirement for a Firm Fixed-Price, Design-Bid-Build Construction project for new construction located at Red River Army Depot (RRAD), New Boston, TX 75570.
Based on the responses to this Sources Sought notice, the Government will assess small business capabilities to satisfy the agency’s requirements and decide if this procurement should be set-aside for small business. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
PLACE OF PERFORMANCE
Red River Army Depot (RRAD), Texas
PROGRAM BACKGROUND
The U.S. Army Corps of Engineers – Fort Worth District has been tasked with soliciting and awarding a contract to construct a 6,100 square-foot Climate-Controlled Storage Facility for Rubber Operations at Red River Army Depot, Texas. The facility will also include a backup generator, as it has been designated as a Mission Essential Vulnerable Area (MEVA). The rubber material stored in the facility must be kept within a specific temperature range. The proposed project will be a competitive, firm-fixed price procurement. The acquisition strategy decision will be based on the respondent’s capabilities from this sources sought and/or other market research methods.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the small business community to determine if there are two or more capable small businesses that can perform the requirements of the scope of work outlined below. The small business community includes Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business
(WOSB). The Government must ensure there is adequate competition of capable firms. Small business, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. Please note that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside.
SCOPE OF WORK:
In accordance with DFARS 236.204, the magnitude of construction for this project is estimated between $1,000,000 and $9,000,000.
This project is FY26 Controlled Humidity Warehouse, Red River Army Depot, Texas. This project will include:
- Controlled Humidity Warehouse Depot with front concrete sidewalk.
- Installation of a new fence.
- Provision for Fire Lane circulation to ensure Fire Department access to the new building.
- Minor grading to accommodate new building with drainage directed away from the structure.
- All access areas shall meet ABA standards.
- A water point of connection for the new water service line.
The temperature for palletized natural rubber un-vulcanized must be maintained at 64 Degrees Fahrenheit. A backup generator is required to ensure continuous power to maintain the 64 Degrees Fahrenheit temperature range. The building is designed solely for storage, with no offices or restrooms. It will store a 15-day supply of rubber products (230 racks). The metal rack dimension is 50”H X 53”W X 50”D and are to be stacked three racks high.
The climate-controlled storage facility will be an insulated pre-engineered metal building fully sprinklered, with insulated standing seam metal roof panels. The roof will include fall protection, per UFC 3-110-03. The interior will have exposed concrete floors and ceiling structure. The doors will be hollow metal and include one metal roll up doors (12ft x 12ft) located near the middle of the building to accommodate forklift access.
General Site Description: The proposed project will be located across Red River Army Depot (RRAD), situated west of Texarkana, Texas, and east of New Boston, off Interstate 30.
REQUESTED RESPONSE INFORMATION
Responses to this notice must include, at a minimum, the following items:
- Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Include how your company has successfully managed projects of this magnitude and provide specific project details which indicate how the projects are similar in size, scope, and complexity. Also include specific technical skills your company possesses which will ensure capability to perform the project scope.
- Indicate whether your company would submit a proposal if this action is solicited as a Small Business Set-Aside.
- Identify whether your firm is interested in competing as a prime contractor or in a subcontractor role, and any potential joint ventures, subcontracting, or teaming arrangements.
- A current capability statement and identification of your firm’s status (Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern).
Response to this Notice shall be limited to 5 pages and shall include the following information:
- Firm’s name, address, point of contact, phone number, Unique Entity Identifier, and e-mail address.
- Firm’s interest in bidding on the solicitation when it is issued.
- Firm’s experience (five years of experience) with similar projects to the Scope of Work above, including project details (customer name, dollar value, etc.) for at least three relevant projects.
- Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
- Whether the firm intends to submit as a Joint Venture or other arrangement, and if so, specify the type (e.g., Joint Venture, Mentor-Protégé, Teaming Arrangement, etc.).
- Firm’s bonding capacity (both per contract and aggregate construction bonding levels, expressed in dollars).
ADDITIONAL INFORMATION
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 million.
The Product Service Code is Y1GZ.
Small Businesses are required to comply with FAR 52.219-14, Limitations on Subcontracting. The prime contractor will not pay more than 85% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated.
Prior government contract work is not required to submit a response. However, all performance must follow 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 regulations.
This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that includes FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance – per FAR 52.204-26.
The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information.
Interested firms must respond to this notice no later than 11 April 2025, 5:00 PM (Central Time). Email responses to Shenika M. Lewis at: shenika.m.lewis@usace.army.mil.
EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.