Federal Bid

Last Updated on 22 Jul 2021 at 5 PM
Sources Sought
North charleston South carolina

FLETC Training Venue Replication, Charleston, South Carolina

Solicitation ID CHSTVR2022
Posted Date 22 Jul 2021 at 5 PM
Archive Date 25 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fletc Charleston Procurement Office
Agency Department Of Homeland Security
Location North charleston South carolina United states 29405

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY

THIS IS NOT A REQUEST FOR PROPOSALS.

This notice is posted in accordance with FAR 5.2 and 36.213-2

Project: FLETC Training Venue Replication, Charleston, South Carolina (CHSTVR2022)

Solicitation Number: To be assigned at time of Solicitation

The Federal Law Enforcement Training Centers (FLETC) is conducting research to determine the existence of potential business sources to Construct New Training Venues at FLETC Charleston, South Carolina.

The Government contemplates soliciting for the award of ONE (1) Firm Priced Construction Contract.  The Government is currently seeking capabilities from all categories of small businesses for the purpose of determining whether the acquisition should be set aside for a specific Small Business Set Aside.  This project is for the construction of new Training Venues at the FLETC Training Delivery Point in Charleston, South Carolina.  Work includes the overall site development, construction of buildings, streets, parking, landscaping, canopies, security fence and walkways within the areas of construction in accordance with the A&E design drawings and specifications at two locations.  The Virtual Firing Range and Aircraft Countermeasures Training Facility will be combined into one facility (building) located on the FLETC Campus.  The majority of the remaining construction is located on a vacant lot adjacent to the Campus.

New Training Venues include:

  • Scenario Based Training Activity #1
  • Scenario Based Training Activity #2
  • OC Spray Area
  • FLETC Driver Training Classroom
  • Aircraft Countermeasure Training Facility
  • Virtual Firing Range
  • Scrap/Recycling Building Area
  • Non-Emergency Vehicle Operations Skid Pad Driving Range

Contract type will be Firm-Fixed Price.  Dollar magnitude for this contract is More than $10,000,000.00.  The anticipated performance time is one year (365 calendar days).  The NAICS Code assigned to this acquisition is 236220 – Commercial and Institutional Building Construction with a Size Standard of $36.5M.  Bid, payment, and performance bonds are required.  Construction Wage Rate Requirements (formerly Davis Bacon) apply.

PENDING AVAILABILITY OF FY22 FUNDING. NOTICE TO OFFERORS:  FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT.  NO AWARD WILL BE MADE UNTIL FUNDS ARE AVAILABLE.  THE PROJECTED FUNDING DATE IS ON OR ABOUT APRIL 2022. 

NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees.

All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit an electronic copy of the firm's capability statement to the Primary Point of Contact (POC) listed below, via email ONLY, by 3:00 pm Eastern Time on August 10, 2021.

The submittal for this sources sought shall include two parts.

1.  A one-page summary of company including:

  • Company's name, address, primary POC and telephone number
  • A positive statement of your intent to submit a bid as a prime contractor
  • Description of principal business activity
  • Company's business size standard (specifically identify if you are a small business, 8(a) Business Development Participant, Service-Disabled Veteran Owned Small Business (SDVOSB), Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, or a HUB Zone Small Business) (The firm's estimated 8(a) graduation date should also be included, if applicable)  
  • DUNS/ Unique Entity ID number and Cage Code (for prime and major subcontractors/teaming partners)
  • Bonding capability at the individual project and aggregate level  
  • Any partnership/teaming arrangements.

2.  Supporting detailed information listing relevant work performed in the previous 5 years to include:

  • Customer/Agency Name
  • Customer contact information (address, current phone number and current e-mail address)
  • Contract Number
  • Contract Type
  • Dollar value of project
  • Description of project (identify major features of work)
  • Percent and description of work Self-Performed
  • Current status of project (date completed, or projected completion date and percentage completed)

The information shall identify the firm's specific capabilities that are relevant to and reflect the magnitude of the above requirement.  It is not sufficient to provide only general brochures or generic information. The information shall also include relevant past experience for each teaming partner/major subcontractor.  The capability information, exclusive of the one-page summary, shall NOT exceed ten (10) pages (including attachments) and shall contain a minimum font size of 12.  It should be submitted electronically only (via e-mail) to the primary point of contact (POC) listed below.

NO SOLICITATION EXISTS; THERFORE, DO NOT REQUEST A COPY OF THE SOLICITATION.  If a solicitation is released it will be synopsized under Contract Opportunities on the SAM Website (https://sam.gov).  It is the responsibility of the potential offerors to monitor this site for the release of any synopsis or solicitation.  This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information provided.  Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents.  

Interested parties are requested to submit responses to this announcement, via email ONLY, by 3:00 pm Eastern Time on August 10, 2021.

Paper copies of this announcement will not be provided.  Any future solicitation information, if released, may be obtained through the above referenced website (https://sam.gov) and the solicitation number, when assigned.

Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts.  Agencies also shall not consent to subcontract with such contractors.  Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor.

Any questions relating to this announcement must be submitted in writing, via email ONLY, to the following contracting officer: Useba Ford, at [email protected]

Contracting Office Address:

2000 Bainbridge Ave

Charleston, South Carolina 29405

United States

 

Place of Performance:

Department of Homeland Security
Federal Law Enforcement Training Center
Charleston, SC 29405

United States

Bid Protests Not Available

Similar Past Bids

North charleston South carolina 19 May 2022 at 8 PM
Tennessee 08 Mar 2021 at 5 AM
Location Unknown 17 Feb 2017 at 3 PM
Ridgecrest California 11 Oct 2016 at 4 PM
Bureau Illinois 24 Jul 2019 at 12 PM

Similar Opportunities

Washington navy yard District of columbia 24 Oct 2025 at 2 PM
Location Unknown 31 Jan 2026 at 5 AM (estimated)
Redstone arsenal Alabama 01 Aug 2025 at 7 PM
Redstone arsenal Alabama 01 Aug 2025 at 7 PM
Lansing Michigan 23 Jul 2025 at 4 PM