Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOURCES SOUGHT

Z -- Building 84 Renovation, DLA Distribution Susquehanna PA , New Cumberland PA 17070

Notice Date
4/1/2016
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-16-B-Bldg84
 
Archive Date
4/29/2016
 
Point of Contact
Joshua L. Woodworth, Phone: 7177704192
 
E-Mail Address
joshua.woodworth@dla.mil
(joshua.woodworth@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE BUILDING 84 RENOVATION THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. DLA Distribution Susquehanna PA is seeking sources for a potential competitive 100% small business set aside. The purpose of this sources sought notice is to obtain information on qualified and experienced small business contractors interested in providing proposals for project "Building 84 Renovation". IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. Work to be performed will be within the North American Industry Classification System (NAICS) Code 236210, Industrial Building Construction, and the small business standard of $36.5M. General: Building 84 is a 222,500 SF mixed use facility constructed in 1953. The building consists of one story general storage warehouse (201,000 SF), covered dock (15,075 SF), and an administrative annex (6,432 SF). Project Description: Provide all necessary labor, material and/or equipment to perform all work associated with the following tasks, but is not to be limited to these tasks alone: Repair exterior of the building to include the following: • Repainting the building walls, metal fascia, doors and associated exterior accessories providing a uniform and esthetic appearance. • Replace gutters and downspouts. • Replace north side ribbon windows at roof line with translucent panels. • Replace a portion of the Administration Annex roof as required to add crickets to roof structure for rain water management. • Install two (2) new rapid up overhead doors, one to be located at the east end of the building and the other at the west end of the building. • Repair 3 transporters (external conveyor systems) structures including replacement of wall sheathing. Interior repairs of this building to include the following: • Replace existing steam heating system within the warehouse and Administration Annex areas. This replacement includes the demolition of unit heaters, steam and condensate piping. These components shall be replaced by a new steam to hot water conversion system to include pumps, piping, and control valves. • Install new hydronic unit heaters throughout the warehouse. • Replace five (5) rooftop units with new units utilizing hydronic heating duct coils within the Administration Annex. • Install new heating and ventilation units within each bay of the warehouse. • Install new air rotation units in each bay of the warehouse. • Install a new Building Automation System (BAS) for Building 84. Proposed BAS system shall be Direct Digital Controls and shall be compatible with LONWORKS protocol. The design shall include all necessary controls to provide a complete system and integration into the Base Wide head end system which is a Johnson Controls ADX Server. Replace existing fire suppression system within the entire building to include the following: • Provide new fire riser rooms (one per bay) on the south end of the building. • Provide new ceiling sprinkler system utilizing ESFR heads throughout the building. • Provide new dock fire suppression systems utilizing antifreeze liquid. • Provide three (3) new fire suppression systems in existing transporter enclosures (also external to the building). • Provide new fire alarm and mass notification systems within the entire building. • Provide fire alarm panel with the capability of communicating with Building 911 Dispatch Center through radio signal. Consolidate power distribution system into a single feeder entering the building. Currently there are nine (9) separate feeders. This shall include a new feeder, transformer, main power distribution panel and multiple feeders to existing distribution panels throughout the warehouse. Request interested small business firms respond to this notice and include the following in their response: (a) COMPANY PROFILE [name, address, phone number, Contact, CAGE Code, Small Business Size Status e.g., 8(a) [[including graduation date]], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, etc.]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) CAPABILITY STATEMENT interested contractors must demonstrate a history of completing the tasks contained in the project description, specifically the tasks included under repair exterior of the building, interior repairs of the building, replacing of the existing fire suppression system and consolidation of power distribution system into a single feeder entering the building. History should have a primary focus on Firm Fixed Price (FFP) type contracts and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed. Contractor must provide assurance that they can manage a project this size with their current workload. (d) PROJECT MANAGEMENT [Interested contractors must demonstrate how they will provide contract management using multi-trade disciplines, how they will manage subcontractors; how they will provide quality control, shop drawings review and project oversite; how they will follow project scheduling control and compliance; how they will manage this size project along with their other current workload. (e) PERCENT OF WORK the firm can commit to accomplishing to complete the tasks contained in the project description, specifically the tacks included under repair exterior of the building, interior repairs of the building, replacing of the existing fire suppression system and consolidation of power distribution system into a single feeder entering the building, with in-house (no subcontracted) labor. (e) BONDING CAPABILITY [Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity]. The magnitude of this effort is estimated between $5,000,000 and $10,000,000. Interested small business contractors only must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business firms based on the responses it receives. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs. Responses to this notice must be received electronically. An email response should be sent to joshua.woodworth@dla.mil by the response date of April 14, 2016. Questions regarding the content of this SS/RFI should be referred to Joshua Woodworth via above email. Please be advised that all information received in response to this SS/RFI will be considered procurement sensitive and will be handled accordingly. However, any information the contractor considers to be proprietary pursuant to existing laws and regulations should be marked accordingly on all appropriate pages (FAR 3.104-1(3) & (4)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-16-B-Bldg84/listing.html)
 
Place of Performance
Address: 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN04070858-W 20160403/160401234815-3d67ae0cea7538c2253000983e673702 (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.