MODIFICATION
Z -- WILSON AFRC SETTLEMENT REPAIRS
- Notice Date
- 2/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-18-WILSONAFRC
- Archive Date
- 3/7/2018
- Point of Contact
- Levi R. Speth, Phone: 5023156199
- E-Mail Address
-
levi.r.speth@usace.army.mil
(levi.r.speth@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a Design-Bid-Build for Repair of the building settlement at the three-story, south wing of the Wilson Armed Forces Reserve Center (AFRC). The observed stresses of the settlement include wall cracking, misalignment of doorways, and sloping floor. The AFRC serves the consolidated operations of the U. S. Army Reserve (AR), U. S. Navy Reserve (NR) and U. S. Marine Reserve (MR). Partial demolition of the southern end of the structure (about 50,000 square feet) includes removal of the exterior skin, exterior wall foundations, slab-on-grade, and two levels of composite slab. The portions of the building that have settled significantly will be raised to the desired elevation using hydraulic jacks and then will be stabilized in place using a combination of deep foundations, pile caps and grade beams. Repair will be in the south portion of the building and the north portion of the building will remain operational during building repairs. Mechanical, electrical, architectural, telecommunications, plumbing, mass notification, and fire protection systems will be demolished and replaced. The project will be designed and constructed to current Department of Army sustainable design standards. Current ADA standards will also be followed. Contract duration is estimated at 425 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 20 February 2018 by 2:00 pm Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide a minimum of one (1) but no more than three (3) example projects with greater than 95 percent completion or projects completed in the past ten (10) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. a. Projects similar in scope to this project include: i. Multi-story facilities with foundation repairs utilizing micropile deep foundation stabilization methods and hydraulic jack techniques to raise facilities. ii. Major renovations of multi-story office complexes, education facilities, hospitals, Army Reserve Centers, Armed Forces Reserve Centers, or Marine Corps Reserve Centers. Experience shall include projects in which a portion of the building remains operational during building repairs. The prime contractor must have self-performed at least 15% of the cost of the contract, not including the cost of materials, with its own employees to be considered similar. An IDIQ contract may be submitted only if a single task order could be considered similar to this project. Task orders may not be combined in order for the contract to be considered similar. b. Projects similar in size to this project include: 35,000+ square feet c. Base on the definitions above, for each project submitted, include: i. Current percentage of construction complete and the date when it was or will be completed. ii. Scope of the project: Description of the project including location, client, and primary construction features and materials. iii. The dollar value of the construction contract and whether it was design-bid-build or design-build. iv. The type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s). v. Identify the number of subcontractors by construction trade utilized for each project. vi. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. vii. The portion and percentage of the project that was self-performed. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 6 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Interested Offerors shall respond to this Sources Sought Synopsis no later than 20 February 2018 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Levi Speth, Contract Specialist, at: Levi.R.Speth@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-WILSONAFRC/listing.html)
- Place of Performance
- Address: Orlando, Florida, United States
- Record
- SN04811730-W 20180208/180206231304-b1edca3972b9346d51d5df6f930b4f31 (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 |