Ohio Bids > Bid Detail

Child Development Center at Wright-Patterson AFB, Dayton, OH

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159309182256753
Posted Date: Feb 28, 2023
Due Date: Mar 15, 2023
Solicitation No: W912QR-23-CDC-WPAFB
Source: https://sam.gov/opp/29e693c139...
Follow
Child Development Center at Wright-Patterson AFB, Dayton, OH
Active
Contract Opportunity
Notice ID
W912QR-23-CDC-WPAFB
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
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) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 28, 2023 12:30 pm EST
  • Original Response Date: Mar 15, 2023 12:00 pm EDT
  • 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:
    Dayton , OH
    USA
Description



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: Wright-Patterson AFB, Dayton, OH





Project Description: Construct new Child Development Center with School Age Care for children from 6 weeks to 12 years of age, which includes child-learning space, play space, sleeping space, administrative support area, kitchen area, exterior storage facility, playground and supporting infrastructure. Construction includes reinforced concrete foundations, concrete floor slab, structural steel frame and a standing seam metal roof. Exterior walls shall be a combination of face brick-precast and stone wainscots, lintels, headers, cornices, or accents to comply with Wright Patterson Air Force Base, Base Facility Standards. The project includes all utilities, site improvements, pavements, detection/protection features, security enhancements and other supporting work necessary to make a complete and useable facility. The facility 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 Facility Criteria 4-010-01. CDCs are classified as Day-Care Occupancy when applying NFPA 101, Life Safety Code, and “I-4” when applying the International Building Code (IBC).





Construct an approximately 42,000 SF Child Development Center combined with School Age Care with a playground configured accordingly to Unified Facilities Criteria 4-740-14. The large standard designed facility will be constructed using conventional construction methods and facilitate up to 304 dependent children along with infants 6 weeks through 5 years of age and school age children 5 to 12 years of age. The Air Force is required to meet Department of Defense goal and common operating standards of providing 100% of priority 1 children within 90 days of our total childcare requirement. This is not a tenant or support service requirement.





Contract duration is estimated at 988 calendar days. The estimated cost range is between $25M and 100M. 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 no later than 15 March 2023 by 12:00 PM Eastern Standard Time.





Responses should include:






  1. Identification and verification of the company’s small business status.

  2. Contractor’s Unique Entity Identifier (UEI)) and CAGE Code(s).

  3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.

  4. Description of Experience – Provide descriptions your firm’s past experience up to three (3) projects with greater than 95% construction complete or those projects completed within the last eight years which are similar to this project in size, and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.








  1. Projects similar in Scope to this project include: The new construction of center based childcare facilities. NOTE: Elementary schools, High Schools, etc. are NOT considered similar in scope as long as their primary purpose is not childcare.






  1. Projects similar in size to this project include: Projects similar in size will be a minimum of 31,000 square feet of new construction.






  1. Based on definitions above, for each project submitted include:




  1. Current percentage of construction complete and the date when it was or will be completed.

  2. Size of the project

  3. Scope of the project

  4. The dollar value of the construction contract

  5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed.

  6. Whether the project was design build or design/bid/build

  7. Identify the number of subcontractors by construction trade utilized for each project.






  1. 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.





NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.





Email responses and any questions to Amy Haupt at amy.c.haupt@usace.army.mil. 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 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).




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 28, 2023 12:30 pm ESTSources 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 >