ACURL Phase 2 Eglin AFB, FL

Jul 24, 2020 | Sources Sought

Solicitation Number: W9127820R0111
Department/Ind. Agency: DEPT OF DEFENSE
Sub-Tier: DEPT OF THE ARMY
Major Command: USACE
Sub Command: SAD
Office: US ARMY ENGINEER DISTRICT MOBILE
Location: Eglin AFB, FL
Notice Type: Sources Sought
Posted Date: 7/23/2020
Response Date: 8/7/2020 3:00 PM
Archive Date: 12/30/2020
Set Aside:
Classification Code: Y – Construction of structures and facilities
PSC Code: Y1JZ (CONSTRUCTION OF MISCELLANEOUS BUILDINGS)

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new horizontal construction for USACE customer in the Florida panhandle.

The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified firms interested in a prospective procurement of design-build construction services at Eglin AFB in Northwest Florida.  This is a Sources Sought Notice, NOT a solicitation announcement.  Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government.  Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.

The project scope of the ACURL Complex will be for the design and construction of a reprogramming facility, a second phase 2-story addition, approximately 34,669 sf and renovations of approximately 1,800 gsf with reinforced concrete foundation and floor slab, steel structure, masonry walls, metal roof, HVAC, fire detection and protection, and mass notification system. This phase 2 facility will include an electronics lab and control room, lab tech support offices, separate smaller electronic work rooms, a NOC (Network Operations Center), office and engineering support areas that will develop mission data (MD), receiving area and classified material storage areas at Secret/Collateral and SAP levels, and a large training room with AV/VTC capabilities. The phase 2 addition will be primarily accessed through the phase 1 entry which will serve as the ACURL complex main entry. The training function will be a separate area from the other phase 2 functions and have a dedicated exterior entry. Department of Defense (DoD) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria.

It is anticipated this will be a two phase procurement. The cost of construction is not expected to exceed $25 million.  Proposed design and construction duration of 840 calendar days.  Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $39.5 million.  Responses should include the following information and shall not exceed a total of eight pages:  1. Offeror’s name, address, points of contact with telephone numbers and e-mail addresses.  2.  Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.  3.  Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.  4.  Description of capability to perform projects similar to that listed above, to manage subcontractors, to prepare and comply with various environmental and construction permits, and capacity to perform this contract in conjunction with ongoing construction contracts.  5.  Describe projects of similar scope and magnitude as listed above that you have completed in the past five years and the quality of your performance.  The past performance information should include project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror’s role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).

NO HARDCOPY RESPONSES WILL BE ACCEPTED.  ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the points of contact in this notice.  The subject line of the email shall reference the solicitation number in the announcement and submittals are due no later than 7 August 2020.  Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.


Contracting Office Address

USA Engineer District, Mobile, MOBILE, AL 36628-0001

Place of Performance

Eglin AFB, FL

Contact Information

Elizabeth Trimble
Phone: 2516903329
[email protected]

Kyle M. Rodgers
Phone: 2516903356
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.