Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOURCES SOUGHT

56 -- Soldiers’ and Airmen’s Home National Cemetery Mothball Lodge

Notice Date
4/5/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-R-0030
 
Archive Date
5/4/2016
 
Point of Contact
Sandra Kharan, Phone: 7572017643
 
E-Mail Address
sandra.a.kharan@usace.army.mil
(sandra.a.kharan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE. Responses are to be sent via email to sandra.a.kharan@usace.army.mil no later than 12:00 pm, 19 April 2016. The U.S. Army Corps of Engineers - Norfolk District is issuing a pre-solicitation notice for Soldiers' and Airmen's Home National Cemetery Mothball Lodge, Washington, D.C. The work consists of providing all materials, labor, equipment, and personnel to stabilize and deactivate a 2,745 SF [1460 SF (1st floor), 935 SF (2nd floor), and 350 SF (basement with 1,000 SF crawlspace)] cemetery superintendent's lodge in accordance with the general guidelines of the National Park Service Preservation Brief 31: Mothballing Historic Building (NPS 31). The work consists of, but is not limited to HVAC, plumbing, electrical, coordination with utilities, removal of some interior elements, and some plumbing, painting, carpentry, historic stone and brick masonry and mortar repair, concrete sidewalk replacement, door replacement, chimney work, and wood siding repair. Work also includes removal of carpet, asbestos containing tile, wood paneling, acoustical tile, florescent light fixtures, and lead based paint. Work also includes general interior cleaning. Generally, the water, gas, and sewer services will be disconnected from the house. The contractor will provide new water service line from water meter outlet to the adjacent garage building, dedicated outdoor air system (DOAS) and provide exterior ductwork system from DOAS to the lodge. The electrical work will include modifying the distribution system to serve the additional mechanical DOAS load dedicated to protecting the lodge from any further deterioration, and protect the lodge from electrical fire. This project will not require any major revisions to the interior electrical distribution system. In addition to the construction, the contractor will produce a treatment report and a 10-year maintenance and monitoring program. The treatment report shall document the existing condition of the building and all repairs made to it. The ten-year maintenance and monitoring plan shall prescribe periodic inspections and maintenance to be performed to keep the building stable. Site Locations: Soldiers' and Airmen's Home National Cemetery, 21 Harewood Ave, Washington, D.C. All interested capable, qualified, and responsive contractors are encouraged to reply to this sources sought announcement. It is anticipated that the Government will issue a firm fixed price contract. The magnitude of construction is between $250,000.00 and $500,000.00. Interested contractors must furnish the following information: General Information: 1. Company name, address, phone number, and point of contact. 2. Indicate business size in relation to the NAICS code 237990. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUB Zones), Qualified Section 8(a), Women-Owned or other than small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 3. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer, than five (5) pages demonstrating experience and capability to execute building deactivation in accordance with National Park Service standards, experience with HVAC, plumbing, electrical, coordination with utilities, removal of some interior elements, and some plumbing, painting, carpentry, historic stone and brick masonry and mortar repair, concrete sidewalk replacement, door replacement, chimney work, wood siding repair, and removal of lead based paint. 4. Provide two (2) examples of projects similar to requirements described in the project description above, within the past seven (7) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. Due to the nature of the Soldiers' and Airmen's Home National Cemetery, construction may need to be scheduled to accommodate one of the seven annual burials. Please provide a narrative of your capability to manage the construction within these limits on past projects and how you would manage the construction projects on a site such as Arlington National Cemetery or highly visible similar site to minimize operation impacts during construction. 6. Interested in responding to solicitation for: a. Sole Source [8(a)] b. LPTA - Lowest Price Technically Acceptable c. IFB - Invitation for Bid (Lowest Price) d. Best Value Trade-off e. Others (please specify) This sources sought is not to be construed as a commitment by the Government, nor will the Government make reimbursement for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Contractual and technical questions should be sent to Ms. Sandra Kharan, sandra.a.kharan@usace.army.mil or Mrs. Paula Beck, Paula.M.Beck@usace.army.mil All responses to this announcement may be sent electronically to sandra.a.kharan@usace.army.mil no later than 12:00p.m., 19 April 2016. If you are unable to send the information via email, you may mail it to the address below. All mailed documents must include a return address on the outside of the envelope to be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-R-0030/listing.html)
 
Place of Performance
Address: 21 Harewood Avenue, Washington, District of Columbia, United States
 
Record
SN04073774-W 20160407/160405235101-30b52af9562d1c59186c062b859d6656 (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.