Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SOURCES SOUGHT

Y -- RENOVATE B262 GLYNCO, GA

Notice Date
4/29/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524
 
ZIP Code
31524
 
Solicitation Number
REFERENCEB262
 
Point of Contact
James L. Steff, Phone: 9122672118, Alberta L Abram, Phone: 912-267-2855
 
E-Mail Address
james.steff@dhs.gov, alberta.abram@dhs.gov
(james.steff@dhs.gov, alberta.abram@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
REFERENCE11B262 This is a SOURCES SOUGHT NOTICE to identify qualified construction firms capable of providing all labor, material, equipment, transportation, supervision and quality control required to renovate an existing classroom building of approximately 120,000 square feet in accordance with requirements documents at the Federal Law Enforcement Training Center (FLETC), Department of Homeland Security (DHS), Glynco, Glynn County, Georgia. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. ANALYSIS OF THE QUANTITY AND QUALITY OF RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE HEAVILY WEIGHED IN THE MARKET RESEARCH BEING CONDUCTED, AND IN THE MAKING OF ANY SMALL BUSINESS SET-ASIDE DETERMINATION BASED ON THIS MARKET RESEARCH. This project involves the renovation of an existing classroom building of approximately 120,000 square feet located at the Federal Law Enforcement Training Center in Glynco, Georgia. The existing 2 story classroom building has had much of the interior finishes updated in a previous contract. This project will replace the HVAC, integrated fire alarm system and lighting systems as well as renovate existing areas to include classrooms, library and snack bar. All ceilings will be removed and replaced, a new HVAC system will be installed utilizing existing mechanical room on each floor and new lighting will be provided throughout the building. The building exterior renovations will include removal and replacement of the existing single pane storefront systems with a more energy efficient insulated aluminum storefront system. Resultant building shall meet LEEDS version 2009 silver certification. Also included in this project is the construction of an exterior multi-purpose event venue (56,000 square foot/1.3 acres ceremonial plaza) capable of accommodating a minimum audience of 800 people (seated). This area will be utilized for special presentations and ceremonies such a class graduations and shall be equipped with integrated power and audio system. Design of venue contains significant pervious concrete, landscaping, integrated power and audio and storm drains. The NAICS code for this project is 236220. The Small Business Size Standard is $33.5 Million. The estimated price range for this project is between $5M and $10M. This procurement will be negotiated on a best value basis in accordance with FAR 15.101. Interested sources are invited to respond to this sources sought announcement. Respondents shall provide up to three (3) projects that best demonstrate the company's experience with renovation of training buildings and plaza construction. Projects should be representative of NAICS 236220 and be similar in size, scope, and complexity to this requirement and demonstrate recent prime contractor organizational specialized experience, and expertise in the renovation of buildings as outlined above. Respondents should provide a statement of the company's capability relative to the requirement. Respondents shall provide bonding capacity for both a single contract and aggregate capacity. Sources Sought Responses: Provide information on your company's 1) Experience 2) Past Performance, and 3) Financial Strength to handle this contract. We are seeking responses from only those firms who would be the prime construction firm. We are NOT seeking feedback from subcontractors. 1. Provide information concerning your experience on up to three (3) completed or substantially completed projects within the last 10 years (April 2001 - April 2011), of similar size, scope, and complexity, including a description of the project, construction cost, completion date and adherence with LEEDS certification requirements. 2. Provide information concerning your past performance on the relevant projects that are submitted, and provide information demonstrating satisfactory performance, and contact information for references. 3. Provide your bonding capacity for both a single contract and aggregate capacity. This letter should clearly identify the business size: large business or small (if small indicate which if any of the following Federal Government sub-categories apply to your company: 8(a) certified Small Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, Woman Owned Small Business). Submission shall contain no more than seven (7) typewritten, numbered pages. Respondents will not be notified of the results of the evaluation. DHS will use the information provided for technical and acquisition planning. If adequate numbers of responses are received from technically qualified 8(a), HUBZone, or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on a set-aside basis. Analysis of the quantity and quality of responses to this sources sought synopsis will be heavily weighted in the market research being conducted and in the making of any small business set-aside determination for this requirement. All proprietary information not to be disseminated in Government documents must be clearly defined. Please respond to this announcement by 2:00 p.m. Eastern Time on 13 May 2011. The information may be submitted via email to the Contract Specialist at james.steff@dhs.gov. The subject line of the Email shall state REFERENCE11B262 SOURCES SOUGHT. Responses shall include the following information: Company Name, DUNS number, address, point of contact, phone number, email address, and business size. Responses received after the deadline or without required information shall be considered unacceptable and will not be considered. This is a Sources Sought Announcement, no evaluation letters and/or results will be issued to the participants. When available, the resultant pre-solicitation notice and solicitation will be posted at this website, www.fbo.gov. This synopsis is for information and planning purposes only and is not to be construed as commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to the Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), HUBZone Small, Service Disabled Veteran-Owned Small Business, or any other set-aside arrangement as deemed appropriate for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/REFERENCEB262/listing.html)
 
Place of Performance
Address: FEDERAL LAW ENFORCEMENT TRAINING CENTER, GLYNCO, Georgia, 31524, United States
Zip Code: 31524
 
Record
SN02437125-W 20110501/110429234938-3c8d98a66f806d0a8d97937ff49bb5bc (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.