SOURCES SOUGHT
Y -- Ramey Unit School Replacement - Market Survey
- Notice Date
- 1/26/2018
- 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, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN18R3008
- Point of Contact
- Andrew K. Page, Phone: 912-652-5900
- E-Mail Address
-
andrew.k.page@usace.army.mil
(andrew.k.page@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Survey - W912HN18R3008 SOURCES SOUGHT: This is a sources sought notice only; it is not a request for competitive proposals. US Army Corps of Engineers, Savannah District, is conducting market research to identify potential sources capable of performing construction services for Ramey Unit School Replacement, Aguadilla, Puerto Rico. DESCRIPTION: Construct a new multi-story unit school with functional areas containing general learning neighborhoods, staff collaboration areas, career technical education spaces, computing center, science labs, art room, music suite, occupational/physical therapy rooms, shared commons, performance space, information center, physical education spaces, food service areas, administration, miscellaneous offices, guidance counseling center, special education office, health services, janitorial administration, maintenance support, school supply/storage area, technology service center, and other required areas for a fully functioning unit school. Typical construction is anticipated to consist of shallow foundations with cast in place concrete wall and floor construction, cast in place concrete and metal deck roofing, reinforced concrete and metal stud/ drywall partitions, operable partitions and storefront glazing systems. Construct a single story field house with functional areas containing concession, concession storage, restrooms, team equipment storage, and a covered gathering area. Typical construction is anticipated to consist of concrete beam and pile foundation, concrete and structural steel frame, concrete exterior walls, gypsum wallboard partitions, and reinforced concrete walls. Department of Defense (DoD) and Department of Defense Education Activity (DoDEA) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Facilities will be designed to provide cyber security engineering and validation as specified in DoD Unified Facility Criteria. The building will require special construction to meet the seismic design requirements for the school's location. The project includes site work such as signage, fencing, paving, landscaping, canopies, exterior lighting, utilities, athletic fields, water storage, and playgrounds. The project includes related infrastructure such as water, sewer, electrical, staff, student, bus and visitor parking areas, parent drop off lane, mechanical rooms, emergency access lanes, bus loading/unloading areas, lightning protection, chiller yard and delivery areas. The project will require demolition of 24 buildings for approximately 123,000 SF. Hazardous materials abatement will be required for asbestos containing materials and lead in the buildings to be demolished. This project will require the addition of an emergency power generator in order to provide a back-up power source to information technology and other critical infrastructure during power outages. The project will require the construction of two access control points which will include a guard house, canopy, automated drop arm and automated entry gate. Facilities will be designed in accordance with DoDEA Education Facilities Specifications. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. NAICS: 236220 - Commercial and Institutional Building Construction (Size Standard $36.5M) CONSTRUCTION MAGNITUDE: The estimated magnitude of this construction project is between $25,000,000 and $100,000,000 (DFARS 236.204). SUBMISSION: All interested contractors with 236220 as an approved NAICS code should respond to the attached survey by email to andrew.k.page@usace.army.mil no later than 16 February 2018 at 5:00 pm Eastern Standard Time. Responses must include identification and verification of the company's small business status and a completed Market Survey Questionnaire, which is provided as an attachment to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18R3008/listing.html)
- Place of Performance
- Address: USCG STATION; BORINQUEN, PUERTO RICO, Puerto Rico, United States
- Record
- SN04801894-W 20180128/180126231537-1b414a23656a2266d57a7c26e00dc3ed (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 |