SOURCES SOUGHT
Y -- Fuel Cell and Corossion Control Facility
- Notice Date
- 11/7/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, 177 MSG/MSC, NJ ANG, 400 LANGLEY ROAD, EGG HARBOR TOWNSHIP, New Jersey, 08234-9500, United States
- ZIP Code
- 08234-9500
- Solicitation Number
- W912KN-18-R-6000
- Point of Contact
- CW3 John W. Siimms, Phone: 609-562-0223, Jo Ann Ferguson, Phone: 6097616096
- E-Mail Address
-
john.w.simms3.mil@mail.mil, joann.ferguson11.mil@mail.mil
(john.w.simms3.mil@mail.mil, joann.ferguson11.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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 information. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, SBA Certified 8a, Certified HUB Zone, Woman Owned Small Business and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a the construction of a Fuel Cell and Corrosion Control Hangar at the 177 th Fighter Wing, 400 Langley Road, Egg Harbor Twp., New Jersey. Firm's capabilities will be evaluated solely for the purpose of determining to Set-Aside for Small Business or other set-aside category 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. The North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $5,000,000.00 to $10,000,000.00. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) 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, any large business 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: The 177th Fighter Wing (FW) requires adequately size and appropriately located, and properly configured facilities to perform environmentally safe fuel cell maintenance and corrosion control maintenance in accordance with AFOSH and OSHA requirements. The project will be registered with USGBC and LEED Silver Certified. The Work includes providing all labor, materials, equipment and incidentals necessary to construct a new, complete, and fully functional 21,100 square foot Fuel Cell and Corrosion Control Hangar in accordance with design plans and specifications. The new building envelope includes slab on grade construction, structural steel, metal wall panels, split face block exterior, SSMR and EPDM roofing, personnel doors, windows, and aircraft hangar doors. The Fuel Cell Maintenance Dock provides covered protected areas for fuel systems maintenance. Interior work includes administrative area fit out, proper heating, electrical, plumbing, compressed air systems, mechanical ventilation, fume sensing/alarm systems, fire supprions systems to include High Expansion Foam (HEF) systms, and wash-down drains are required in this facility. The Corrosion Control Hangar provides an environmentally controlled area to wash aircraft as well as hangar space for corrosion treatment and repair. Corrosion Control Shops are required for paint preparation, drying, abrasive blasting, mixing, and applying paint. Related administrative areas are required to support both fuel cell maintenance and corrosion control personnel. A separate environmentally-controlled building is required to safely store the blast media, cleaning supplies, tools, and stripping materials. A small but separate storage location is required to store hydrazine system maintenance materials, tools and equipment. Exterior work includes existing pavement demolition, site work, vehicle access pavements, aircraft pavements, underground utilities, fire protection utility and communications support. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Businesses, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside this procurement for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states, "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." The Contractor shall be capable of providing Performance and Payment Bonds within five (10) calendar days after award. The contractor shall begin work within five (10) calendar days after acknowledgement of the Notice to Proceed. Completion time for this project will be specified in the solicitation. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this source sought synopsis by emailing your information to CW3 John W. Simms at john.w.simms3.mil@mail.mil Response must be received no later than 12:00 P.M. Eastern Standard Time, on 08 December 2017. Please submit the following information: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your SAM/CCR Registration. 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business. 4. Bonding Capacity: State whether your firm can provide a) a Bid Bond (20% of the total bid amount or $3,000,000, whichever is less), and b) Performance and Payment Bonds (100% of the contract amount) for a $5-10 million project. Also submit your maximum bonding capacity and indicate a list of Construction Contracts underway with project Value to determine remaining bonding capacity. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in performing multi-disciplined construction operations. Provide documentation for your firm on past or similar efforts as a prime contractor on contracts $5-10 million or higher. 7. Firms submitting responses shall provide information on the three most recent (within 5 years) projects that prove you can meet the qualification criteria listed above, with contract number, contract price of similar value($5-10M or higher), project location, description of work requirements, contact and phone number for each effort, and other references. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HUBZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN-18-R-6000/listing.html)
- Place of Performance
- Address: 400 Langley Road, Egg Harbor Twp, New Jersey, 08234, United States
- Zip Code: 08234
- Zip Code: 08234
- Record
- SN04733730-W 20171109/171107231209-936e3a9c16c24076e54b3bca5671052f (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 |