Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2012 FBO #4004
SOURCES SOUGHT

Y -- Design-Build (D-B) Construction (New and Remodel) F-35 ADAL Hangar 45W/AMU and 45E/AMU, Hill AFB, Utah

Notice Date
11/8/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-13-S-0312
 
Point of Contact
Connie L Newell,
 
E-Mail Address
connie.l.newell@usace.army.mil
(connie.l.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Connie Newell at Connie.L.Newell@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Design-Build (D-B) Construction (New and Remodel) F-35 ADAL Hangar 45W/AMU and 45E/AMU, Hill AFB, Utah contract. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in December 2012/January 2013. The estimated cost range according to the DFARS 236.204 is between $10,000,000 and $ 25,000,000. The NAICS Code is 236220, the size standard is $33.5 million, and the Federal Supply Code is Y1BZ, Construction of Other Airfield Structures. The duration of the project is approximately 730 calendar days. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1, the contractor shall perform on the site, and with its own organization, work equivalent to at least 25 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This project is a Design-Build to 45 West (45W) portion and 45 East (45E) portion of Hangar 45. These have been divided into a phase 1 (for 45W) and a phase 2 (for 45E). Phase 1 is an Addition/Alteration (Add/Alter) to the existing western high-bay portion of Hangar 45, along with its adjoining Aircraft Maintenance Unit (AMU). Effort is to remodel the existing 45W portion to accommodate a 543 SM new hangar addition/extension, 1,035 SM for hangar alteration and 1,425 SM for AMU alteration. Expectation is that the Add/Alter will have a reinforced concrete foundation hangar/taxiway slab replacement, structural steel frame (hangar addition/extension), fire detection/high pressure foam system, utility relocation/connections, paving, site improvements, communications support, intrusion detection system and all other necessary remodeling, to make a complete and operable 'stand alone' facility. Phase 2 is an Add/Alter to the existing eastern high-bay portion of Hangar 45, along with its adjoin AMU. Effort is to remodel the existing 45E portion to accommodate a 543 SM new hangar addition, 1,035 SM for hangar alteration, 1,054 SM for AMU addition and 1,425 SM for AMU alteration. Expectation is the remodeled facility will have a reinforced concrete foundation/floor slab, structural steel frame (hangar & AMU) additions), fire detection/high pressure foam system, utility relocation/connections, paving, site improvements, communications support, intrusion detection system and all other necessary remodeling to be configured with 45W to make a complete and operable 'stand alone' Hangar 45 building. Antiterrorism/Force Protection measures will apply to both 45W and 45E of Hangar 45, to comply with DoD UFC requirements. Both 45W and 45E will be designed in accordance with basic sustainability and LEED Green Building Council standards (but not required to be certified or compliant with their ratings, due to the Add/Alter project nature). Project to also include but not limited to the following: •· Air conditioning and heating as required. •· Connect utility extensions to the new building addition. •· Install fire detection system and connect to existing fire alarm system. •· Install a fire suppression system in accordance with UFC 3-600-01, AR 420-1, all applicable National Fire Protection Association (NFPA) codes, International Building Code (IBC), Unified Facilities Criteria (UFC), Hill Base Design Standards and any other applicable requirements. •· HAZMAT (Asbestos/Lead Based Paint) abatement, as necessary. As part of the primary Add/Alter effort. •· Installation of IDS (Intrusion detection System) in accordance with Base Standards Requirements. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. The A-E firms must be capable of design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous material such as aircraft fuels, solvents, chemicals, asbestos, lead based paint and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. A-E disciplines required to comply with the above requirements include but are not limited to: registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil may be acceptable if certified), registered environmental (registered civil may be acceptable if certified), interior designer, certified environmental survey/design personnel, and construction management. CAPABILITY STATEMENT 1) Offeror's name, address, point of contact, phone number, and EMAIL address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety The capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 4:00 PM Pacific Time on November 23, 2012. Submit response and information to: EMAIL: Connie.L.Newell@usace.army.mil or by mail to Ms. Connie Newell, CECT-SPK-A, Room 878, US Army Corpos of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-S-0312/listing.html)
 
Place of Performance
Address: Building 45 Hangar, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02928085-W 20121110/121108235136-823dea5c8943e9410807c31cfee7b9e2 (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.