SOURCES SOUGHT
Y -- A Market Survey is being conducted to determine if there are adequate HubZone, 8(a) or Service Disabled Veteran Owned Small Business (SDVOSB) for an Army Reserve Complex in Milwaukee, Wisconsin
- Notice Date
- 10/17/2007
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-07-MILWAUKEE
- Response Due
- 11/1/2007
- Archive Date
- 12/31/2007
- Point of Contact
- Jamie Greenwell, 502-315-6197
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Louisville
(jamie.l.greenwell@lrl02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A Market Survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned Small Businesses (SDVOSB) for the following project: Silver Springs Army Reserve Complex, Milwaukee, Wisconsin. The West Silver Spri ng Drive Complex USARC is located on 7 acres at 4850 West Silver Spring Drive, Milwaukee, Wisconsin, 53218-3440. This USARC Complex has two (2) buildings with MEP and POV parking areas and were constructed in 1964. The two-story Training Building # 405 i s a 36,632 sq. ft. two-story structure with offices and Unit Assembly Areas. The OMS Building # 406 has five (5) service bays and provides 6,290 sq. ft. These buildings are located on a larger installation, the Silver Springs USARC, which contains 24 buil dings and occupies approximately 126.76 acres. This project will consist of the Design-Build Renovation of these structures, the construction of a new heated storage building and improvements to the site. Renovation of the exterior of the training buildin g will include removal and replacement of the horizontal expansion joint sealants. The existing brick veneer is to be cleaned and re-pointed as needed. The entire roofing system will be removed and replaced with new insulation and a modified bitumen roofi ng system to include flashing, gutter and downspouts. The roofing material may contain asbestos, the Contractor is to perform thorough testing and abatement procedures to remove any asbestos-containing roofing material. All existing windows and doors/frame s are to be replaced in the Training Building. A vapor barrier, furring and insulation are to be added to the interior surface of exterior walls in all spaces except for the following: Mechanical Rooms, Restrooms, Assembly Area and Storage Areas. Extensiv e modifications to the floor plan of the training building are planned. The existing mechanical room, vault, electric room and armorer room have not been relocated. The existing vault is to either be replaced with a new modular vault or reinforced in place to comply with current vault requirements. The HVAC and distribution systems shall be replaced. The two existing boilers may be reused if they are of sufficient size and capacity for the new building loads. Cooling shall be provided by an outdoor air co oled chiller or chilled water system. Rooftop equipment will be acceptable for this facility. The D/B Contractor shall be responsible for evaluation of the existing structural system to determine if additional structural support framing is required. The b uilding shall be served by a new Direct Digital Controls (DDC) system. The primary electrical distribution for the facility will be rerouted to the east side of the building and will be 480Y/277 volt, 3-phase, 4-wire. the existing sanitary system to the building will remain an will be reused. The brick veneer on the OMS Building will be cleaned and re-pointed as needed. The entire roofing system will be replaced with a modified bitumen roofing system to include insulation, flashing gutters and downspout s. The existing roofing material may contain asbestos; the Contractor is to perform thorough testing and abatement procedures to remove any asbestos-containing roofing material. The center overhead door is to be removed and replaced with a new 14 High x 2 0 wide overhead door. All the main doors and frames are to be replaced with new painted hollow metal doors and frames. The operable windows are to be removed and replaced with solid glass block units. The existing concrete in front of the overhead doors i s to be replaced with a new heavy duty concrete apron. The existing wood framed mezzanine is to be removed, and maintenance offices are to be constructed with steel studs and are to receive suspended acoustical ceilings. The existing unisex toilet room is to be removed and replaced with separate mens and womens toilet rooms. The existing compressor room is to remain. All existing and new walls are to be repain ted. The office areas shall be served by split system DX air conditioning equipment. The toilet rooms shall be exhausted and provided with electric baseboard heat. The main work bay shall be served heated and ventilated. Heating shall be through gas fi red infrared heaters with local thermostat control. Ventilation shall be through a wall intake louver and thermostat controlled wall exhaust fans. Each work bay shall be served by a tailpipe exhaust system with individual exhaust fan and hose reel. Ga s monitoring system shall be provided in the OMS to monitor carbon monoxide and nitrogen dioxide. The monitors shall initiate and audible alarm when high contaminate levels are present. The electrical service feeding Building 406 shall be underground from a circuit breaker in the Main Distribution Panel of Building 405 and connected to a new 120/208 volt, 3phase, 4 wire circuit breaker panel board. Contract duration is 540 days. Estimated cost range between $5,000,000 and $10,000,000. This project is sc heduled to be ready to advertise during the first quarter of Fiscal Year 2008 and scheduled for award in the third quarter of Fiscal Year 2008. All businesses interested in submitting a proposal for any of the projects should notify this office by mail NL T 4:00 p. m. EST on November 1, 2007. Your response must include the following information: (1) Identification and verification of your companys small business size (HubZone, 8(a) or SDVOSB); (2) Submit a listing of projects (similar in size, scope and dollar value to this project) that you have completed within the last 5 years, including the name of the project, the construction start and completion dates, the final dollar amount of the contract and a short description of your role and work performed ( less than 200 words), percent of self-performed work and how it was accomplished and a Point of Contract and phone number for the owner of the project; (3) A letter from your bonding company addressing your capability of obtaining performance and payment b onds for a project within the cost range of the proposed project; (4) A statement verifying the contractor will perform at least 15% of the work and how it will be accomplished. NOTE: If qualified HubZone, 8(a) or SDVOSB contractors do not respond, this planned contract action will be converted to a full and open procurement. Please submit the requested information to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Jamie Greenwell; 600 Dr. Martin L. King Jr., Pl.; Louisville, KY 40202-2267. This is NOT a Request for Proposal.
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Country: US
- Zip Code: 40202-2230
- Record
- SN01436078-W 20071019/071017224019 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |