SOURCES SOUGHT
Z -- Design Build to Repair Building 2 Bay 4
- Notice Date
- 3/27/2018
- 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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-18-R-Repair-Bldg-2-Bay-4
- Archive Date
- 4/25/2018
- Point of Contact
- Kellee J. Haye, Phone: 2156566924
- E-Mail Address
-
Kellee.J.Haye@usace.army.mil
(Kellee.J.Haye@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAS, QUOTATIONS, OR BIDS. A Market Survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned, and Small Business contractors for the following proposed work. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of a Design-Bid-Build to Repair Building 2 Bay 4: Design and construct the renovation of building 2 bay 4 and portions of building 2 bay 3. The Project area is comprised of an open 200'X200' warehouse bay, a 200 by 30' enclosed extension on the East side of the bay, and approximately 50'X60' area in the south east corner of bay 3. Approximately 2/3 of the open bay will remain an open work area. The scope of work for this area will include new wet pipe fire suppression system, new epoxy floor finish by Stonhard or approved equal, painting of all interior surfaces, and new general lighting using LED high bay fixtures to 50 foot candles at floor height. The existing heating system will be removed and replaced with two rooftop HVAC air handling units and a ductwork distribution system to uniformly distribute heat, air conditioning, and ventilation. Approximately 1/3 of the open bay as well as the 200 by 30' enclosed bay extension will be converted to administration space. This administration space will be walled off from floor to roof from the open bay space and will be divided into individual office space, conference rooms, and other administrative space using permanent construction in accordance with provided space programming. The existing HVAC unit serving the enclosed extension will be removed and be replaced with one new rooftop HVAC air handling unit located on the upper bay roof and a ductwork distribution system including variable air volume control to distribute heat, air conditioning, and ventilation and provide individual room temperature control. The existing restrooms will be completely refreshed with all new finishes, fixtures, HVAC systems, LED lighting with the same fixture count and arrangement as currently installed. The 200'X200' bay will receive a new membrane roof and insulation in accordance with ASHRAE 90.1 energy standard. An Award for the Contract is anticipated for September 2018. Estimated cost range of the project is between $1,000,000 and $5,000,000. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 236220 Commercial and Institutional Building Construction small business size standard is $36.5 Million. Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be sent to Kellee J. Haye at kellee.j.haye@usace.army.mil on or before 10 April 2018 at 3:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-R-Repair-Bldg-2-Bay-4/listing.html)
- Record
- SN04868261-W 20180329/180327231526-9609b6cc411152ef356f9455d1553249 (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 |