SOURCES SOUGHT: FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii

THIS SOURCES SOUGHT NOTICE is for informational purposes only.  THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID.

The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii.  NO SOLICITATION IS CURRENTLY AVAILABLE.

Project Description:

The purpose of this project is to repair or replace deteriorated and failing building components. Work includes the demolition and repair of existing interior walls and/or interior finishes, replacement of failing HVAC, lighting, electrical, communication, fire alarm, and plumbing. Repair work for B118 shall meet or exceed UEPH Army Standards (10 Jul 2012) and conform to Standard Design layout per 2/1 Market Style Plan (20 Apr 2012) to the maximum extent possible.

Magnitude is $25M – $50M

Interested PRIME CONTRACTORS should submit the following:

  1. Narrative demonstrating design-bid-build experience in similar type of work with a contract award amount of $20M at a remote location with a limited footprint next to existing/occupied facilities in a populated area.
  2. If the design-bid-build experience from paragraph a above was not in a remote location with a limited footprint next to an existing building in a populated, provide construction experience working at a location comparable in setting to Wheeler Army Airfield, Oahu, Hawaii.
  3. Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by the interested prime contractor.
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.
  5. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.

Interested Small Business Subcontractors should submit the following:

  1. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
  2. The size of the crew(s) available to perform work.
  3. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.

Narratives shall be no longer than two (2) pages.

Email responses are required.  Responses are to be sent via email to colin.k.waki@usace.army.mil and kent.a.tamai@usace.army.mil no later than January 18, 2023, 2:00 p.m. Hawaii Standard Time.

Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE.  It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.

  • Original Set Aside: 
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Wheeler Army Airfield , HI USA

Full details via beta.sa.gov

SOURCES SOUGHT: Whiteriver Administration Office Building

The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses.

Interested firms are requested to reply to this announcement with a submittal as described below.  Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS.  Respondents will NOT be notified of the results of this notice.  No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.

Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.

SUMMARY OF SCOPE

The purpose of this project is for a contractor to construct a new 14,557 square foot single story, wood framed administration office building on the Whiteriver Indian Hospital campus in Whiteriver AZ.  The project has been designed by a professional A/E firm and construction documents will be available in any future solicitation.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $5,000,000 and $10,000,000.

The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 236220, Commercial and Institutional Building Construction with a size standard of $39.5 million.

RESPONSES – SUBMITTAL

Responses to this notice must be emailed to Kelly Britton at Kelly.Britton@ihs.gov and must be received no later than 2:00 pm MST, January 19, 2023.  Responses must include:

  1. Company Information: Company name, website, physical address, SAM UEI code
  2. Point of Contact: Contact name, phone number, and E-mail address
  3. If a solicitation is issued, will your firm/company be submitting a proposal?  Indicate Yes or No
  4. Type of Business: Native American-owned (IEE/ISBEE)** (see below), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
  5. Bond Capacity: Information on the firm’s bonding capability – specifically identify single and aggregate bonding capacities.
  6. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) years that are similar to the work that will be required under this project. Firms shall include the following information:
    1. Indicate whether Prime Contractor or Subcontractor for each project submitted;
    2. Dates of construction for each project submitted;
    3. Contract value, location, completion date, and complexity of job for each project submitted;
    4. Indicate whether the project is a federal, state, tribal or other for each project submitted; and
    5. Project references/Agency point of contact (telephone number and email address) for each project submitted.

**For Indian owned businesses ONLY, the contractor shall complete and submit the following two (2) Attachments:

A. Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.

B. Attachment 2: IEE Self-Performance Worksheet. Per the definition of an IEE (HHSAR 326.601), “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract”; therefore, IEEs shall demonstrate the ability to allocate at least 51% of the earnings to one or more Indians or Indian Tribal entities.

All information received in response to this source sought that is marked proprietary will be handled accordingly.

QUESTIONS:

Questions regarding this sources sought may be emailed to Kelly Britton at Kelly.Britton@ihs.gov.

  • Original Set Aside: 
  • Product Service Code: Y1DA – CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Whiteriver , AZ 85941 USA

Full details via beta.sa.gov

SOURCES SOUGHT: 75H70122R00050 Fire Sprinkler System Installation and Dry Sprinkler System Replacement

The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses, 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Indian Economic Enterprise (IEE) Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information (RFI).

Interested firms are requested to reply to this announcement with a submittal as described below.

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS.  Respondents will NOT be notified of the results of this notice.  No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.

Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.

This notice also serves as a PRE-SOLICITATION NOTICE in accordance with the requirements of FAR 5.204. The Government anticipates releasing the solicitation in late September or early October 2022 with proposals due at least 30 calendar days after solicitation issuance.  This date is subject to change.  A full scope of work, plans and specifications and Davis Bacon Wage Determination will be included in the solicitation documents.  Hard copy documents will not be available – all documents for proposal purposes will be posted at www.sam.gov for download by interested parties.

LOCATION OF PROJECT: Kyle Health Center and Wanblee Health Center located in South Dakota

TERO is applicable.  Contact Buffy Redfish, Acting TERO Director, P. 605-867-5167 or bffyredfish@yahoo.com

CONSTRUCTION DURATION:  Period of Performance is 360 calendar days after issuance of a Notice to Proceed.

SET-ASIDE: The appropriate set-aside will be finalized based on the results of this sources sought.  It is anticipated that this project will be procured as a 100% Small Business set-aside under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction with a size standard of $39.5 million.  The applicable Product Service Code (PSC) is Y1DA Construction of Hospitals and Infirmaries. For information concerning NAICS and SBA size standards, go to https://www.sba.gov

SUMMARY OF SCOPE

The contractor shall provide all labor, materials, supplies, and services for the design and installation of a fire sprinkler system for the Kyle Health Center and the replacement of a dry sprinkler system for the Wanblee Health Center. The Kyle Health Center had a wet sprinkler system installed in the new addition constructed in 2019. The new fire sprinkler system shall tie into the existing system and provide coverage for the existing area of the building to meet NFPA requirements.  Installation at Kyle shall include the sprinkler piping, sprinkler heads, sprinkler system components, fire pump, sprinkler riser(s), and all other appurtenances required to install a new sprinkler system in an existing building. The Wanblee Health Center has a dry system and the dry sprinkler piping is 20 years old. The dry piping needs to be removed and replaced and all sprinkler heads changed to be uniform throughout the building.  Replacement at Wanblee shall include new sprinkler piping, new sprinkler heads, dry system components and all other appurtenances required to make the new sprinkler system fully functional. All existing sprinkler piping, and sprinkler components shall be removed and disposed of at the contractor’s expense.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $250,000.00 and $500,000.00.

RESPONSES – SUBMITTAL

Responses to this notice must be emailed to Thupten Tsering at thupten.tsering@ihs.gov and must be received no later than 3:00 pm PT, September 9, 2022.  Interested firms shall utilize the attached “Sources Sought Submittal Questionnaire” to provide the required information.  Responses must include:

1. Company Information: Company name, website, physical address, SAM UEI code

2. Point of Contact: Contact name, phone number, and E-mail address

3. If a solicitation is issued, will your firm/company be submitting a proposal?  Indicate Yes or No

4. Type of Business: Native American-owned (IEE/ISBEE)**, SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.

**For Indian owned business, the contractor shall complete and submit Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.

5. Bond Capacity: Information on the firm’s bonding capability – specifically identify single and aggregate bonding capacities.

6. Experience Submission Requirements: Submit two (2) narratives describing projects completed by your firm within the last six (6) years that are similar to the work that will be required under this project.  Firms shall include the following information:

a. Indicate whether Prime Contractor or Subcontractor for each project submitted;

b. Dates of construction for each project submitted;

c. Contract value, location, completion date, and complexity of job for each project submitted;

d. Indicate whether the project is a federal, state, tribal or other for each project submitted; and

e. Project references/Agency point of contact (telephone number and email address) for each project submitted.

All information received in response to this source sought that is marked proprietary will be handled accordingly

QUESTIONS:Questions regarding this sources sought may be emailed to Thupten Tsering at thupten.tsering@ihs.gov

NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award.  Offerors may obtain information on registration and annual confirmation requirements via the internet at www.sam.gov.  Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM.

This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidder list is maintained. All potential offerors should register with www.sam.gov if interested in this forthcoming acquisition.  Upon issuance of the solicitation, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

  • Original Set Aside: 
  • Product Service Code: Y1DA – CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Kyle , SD 57752 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Roof Replacement

Proposals are requested for a Roof Replacement project, at USPS owned Austin TX PDC, 8225 Cross Park Rd., Austin TX 78710, Travis County.  Work will be completed in accordance with the attached specifications, drawings and other solicitation documents.

An award for this requirement is contingent upon funding approval which is anticipated to be received during the evaluation phase of this project.  Estimated cost of the work is between $5,000,000.00-5,500,000.00; with construction completion no later than Three hundred  (300) calendar days after receipt of the Notice to Proceed.

A pre-proposal meeting for this project will be held on 8.23.2022 at 10:00 AM, (local time) on site.  Attendance is not mandatory but is strongly recommended.  On-site visits may be arranged by contacting Tyrone Johnson, Maintenance Engineering Specialist, at 201.714.6401.  Technical inquiries are to be addressed to Project Architect-Engineer Philip Quense, Crane Associates, at 908.203.8788, or the USPS Project Manager, Bill Hervol at 201.714.7215.

Requests for Information (RFI) must be submitted to Project Architect-Engineer Ed Roscoe, Roth Brothers, at Edward.Roscoe@sodexo.com by 2:00 p.m., 8.26.2022.  Responses are expected to be issued by August 31, 2022.

The Postal Service bases contract award decisions on best value. Offerors should review the entire solicitation to ensure the requirements are understood.

  • Original Set Aside:
  • Product Service Code: 
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Austin , TX 78710 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Windows Replacement

This is a Sources Sought Notice and does not constitute a formal request for quotation, bids, or proposals.  The purpose of this notice is for market research and to identify any potential businesses that are interested in performing the work in accordance with the attached Statement of Work (SOW).

After review of the responses to this sources sought, a solicitation announcement may be published.  Responses to this sources sought notice are not considered adequate responses for a solicitation announcement.  Responses to this notice are due by 10 August 2022 at 11:00AM Alaska Time.  Responses shall be sent to the points of contact below.  Telephone responses are unacceptable.  If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this notice.  Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.  The NAICS code for this requirement is 236220 with a small business size standard of $39.5M.

Primary Contact: MSgt Cheyenne Youngbird, cheyenne.youngbird.1@us.af.mil
Alternate Contact: SMSgt Jeffery Porter, jeffery.porter.4@us.af.mil

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1JZ – CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Eielson AFB , AK 99702 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Storage Building for Taylorsville, KY

The U.S. Army Corps of Engineers, Louisville District is seeking Small Business vendors who are interested in constructing a 30′ x 90′ clear span building in Taylorsville, KY.

Estimated Magnitude of Construction is Between $100,000 and $250,000.

See attached Scope of Work (SOW) for more details.

Interested vendors please respond to SFC Brandon Barber at brandon.barber@usace.army.mil and provide your Unique Entity Identifier or Cage Code.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1EB – CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Taylorsville , KY 40071 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Renovation of Building 1300

THIS IS A SOURCES SOUGHT NOTICE FOR FTQW 17-1015 RENOVATION OF BUILDING 1300 AT EIELSON AIR FORCE BASE, ALASKA.

The United States Air Force at Eielson Air Force Base, Alaska is seeking to identify interested offerors qualified to renovate approximately 4,600 square feet of the center living portion of building 1300. The facility was constructed in 1961 to be a Combat Alert Cell and approximately 25,126 square feet. The center core area is a three-story living space with two bays on each side of the core.  The center core improvements shall include new flooring, energy efficient windows, and exterior personnel doors, replacement of ceiling and wall finishes. The Contractor shall provide construction in accordance with THE Statement of Work (SOW).

In accordance with Federal Acquisition Regulation (FAR) 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated price is from $1,000,000 to $5,000,000. The anticipated North American Industry Classification System (NACIS) code is 236220, with a size standard of $39.5M. The Government is contemplating a Firm Fixed Price (FFP) contract.

If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to the Sources Sought or any follow up information requests. Respondents will not be notified for the results.

The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.

The following information is requested from interested offerors:

  • Business Name
  • Point of contact name, email, and telephone number.
  • Cage Code and DUNS number
  • Capabilities to perform and/or hire qualified personnel/subcontractors for this type of acquisition
  • Applicable business size i.e. large business, small business, SBA Certified 8(a) Program Participant, SBA Certified HUB Zone, Service Disabled Veteran Owned Business, Woman Owned Small Business

Interested offerors should send the above information via email to Chrissina Dural, chrissina.dural@us.af.mil and Kerry Kirby, kerry.kirby@us.af.mil. All correspondence sent via email shall contain a subject line that reads FTQW 17-1015, Renovation of Building 1300. Ensure only PDF type of files are included with your email, if applicable. All firms should be registered in the System for Award Management (SAM) located at http://www.sam.gov .

  • Original Set Aside:
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Eielson AFB , AK 99702 USA

Full details via beta.sam.gov

Sources Sought: Renovation of Building 1300

THIS IS A SOURCES SOUGHT NOTICE FOR FTQW 17-1015 RENOVATION OF BUILDING 1300 AT EIELSON AIR FORCE BASE, ALASKA.

The United States Air Force at Eielson Air Force Base, Alaska is seeking to identify interested offerors qualified to renovate approximately 4,600 square feet of the center living portion of building 1300. The facility was constructed in 1961 to be a Combat Alert Cell and approximately 25,126 square feet. The center core area is a three-story living space with two bays on each side of the core.  The center core improvements shall include new flooring, energy efficient windows, and exterior personnel doors, replacement of ceiling and wall finishes. The Contractor shall provide construction in accordance with THE Statement of Work (SOW).

In accordance with Federal Acquisition Regulation (FAR) 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated price is from $4,000,000 to $5,000,000. The anticipated North American Industry Classification System (NACIS) code is 236220, with a size standard of $39.5M. The Government is contemplating a Firm Fixed Price (FFP) contract.

If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to the Sources Sought or any follow up information requests. Respondents will not be notified for the results.

The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.

The following information is requested from interested offerors:

  • Business Name
  • Point of contact name, email, and telephone number.
  • Cage Code and DUNS number
  • Capabilities to perform and/or hire qualified personnel/subcontractors for this type of acquisition
  • Applicable business size i.e. large business, small business, SBA Certified 8(a) Program Participant, SBA Certified HUB Zone, Service Disabled Veteran Owned Business, Woman Owned Small Business

Interested offerors should send the above information via email to Chrissina Dural, chrissina.dural@us.af.mil and Kerry Kirby, kerry.kirby@us.af.mil. All correspondence sent via email shall contain a subject line that reads FTQW 17-1015, Renovation of Building 1300. Ensure only PDF type of files are included with your email, if applicable. All firms should be registered in the System for Award Management (SAM) located at http://www.sam.gov .

  • Original Set Aside: 
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Eielson AFB , AK 99702 USA

Full details via beta.sam.gov

SOURCES SOUGHT: B-21 Radio Frequency Facility (RF Hangar) – Construction

The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the B-21 Radio Frequency Facility (RF Hangar) Construction work. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $50M. This is one of several major construction projects that serves as part of a multi-year facilities beddown in support of the B-21 program at EAFB, SD. This project will provide a new +/- 60,000 SF single-bay hangar facility and associated airfield apron, site features, utilities, and infrastructure for radio frequency testing of the emerging B-21 airframe. The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, intrusion detection systems (IDS), access control systems (ACS), and closed-circuit television (CCTV) systems. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility must be compatible with applicable DoD, Air Force, aircraft, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.

  • Original Set Aside:
  • Product Service Code: Y1EB – CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Ellsworth AFB , SD 57706 USA
  • Original Response Date: Jan 26, 2022 04:00 pm MST

Full details via beta.sam.gov


SOURCES SOUGHT: Hammerhead Barracks Renovation (B10001 – B10004) Fort Hood, Texas

The Corps of Engineers Fort Worth District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) from large scale construction projects (exceeding $25 million). This market survey is being posted for the Fort Hood Block Hammerhead Barracks Renovation, Fort Hood, Texas. This will be a solicitation for a construction contract award for Fiscal Year 2021.

This project will revitalize/renovate four existing Hammer Head Barracks B10001, B10002, B10003, and B10004 at Fort Hood, TX. Each barracks building is 3-Stories, a basement, and includes Company Operations Facilities that contain two arms vaults and chemical room (Gas Mask and similar equipment). Renovations will include: Complete renovation of first floor, Standing Seam Metal Roofs, Exterior Finishes, Interior Finishes(Walls/Ceilings/Floors), New Barracks (2nd and 3rd floors) Floor Plans (2 Bedrooms, 1 Kitchen, 1 Common Area, and 1 Bathroom), Replacement of underground chilled water piping, New HVAC Systems (DOAS, Hydronic Boilers, Fan Coil Units), Plumbing Systems, Fire Protection Systems, Lighting & Electrical Systems, Telecommunication Systems, and Site Improvements (Drainage, Roadway/Sidewalk Upgrades, Utility Upgrades: Electrical, Sanitary Sewer, Domestic Water, and Natural Gas). LEED Silver is required.

  • Original Set Aside:
  • Updated Response Date: Dec 30, 2021 02:00 pm CST
  • Product Service Code: Y1FC – CONSTRUCTION OF TROOP HOUSING FACILITIES
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance:Fort Hood , TX 76544 USA

Full details via beta.sam.gov