Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOURCES SOUGHT

Y -- Aviation Maintenance Instructional Building, Fort Eustis, VA

Notice Date
4/9/2018
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-B-0018
 
Archive Date
5/9/2018
 
Point of Contact
Joy M. Wright, Phone: 7572017145
 
E-Mail Address
joy.m.wright@usace.army.mil
(joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
****THE ORIGINAL SOURCES SOUGHT WAS POSTED UNDER SOLICITATION# W91236-18-R-0006**** 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. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. All interested firms should respond to this notice. Project Description: The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking a business capable of constructing an Aircraft Maintenance Instructional Building. The project includes high bays with space for applied instruction classrooms. A supporting tool/equipment storage and issue space, as well as laboratories, instructor work and counseling areas, and appropriate supporting space to enable automated instruction, and aircraft part and equipment mock-up demonstration space. A ground support equipment storage facility and paved apron hardstand for aircraft support equipment storage and movement is also required. Unique aspects of the project include the following: 1. Four high bay training areas, approximately 89 feet x 189 feet x 40 feet clear height 2. Steel framed construction 3. Heavy hot rolled long span steel roof trusses 4. Bolted truss gusset construction 5. Custom bolted connections 6. Multiple overhead crane systems, 3 - ton minimum per crane 7. Deep foundations 8. Multiple construction crane critical lifts. THIS PROJECT IS PLANNING FOR SEALED BID WITH DEFINITIVE RESPONSIBILITY CRITERIA. This contract will contain a Definitive Responsibility Criteria (DRC). DRC are specific and objective standards established by an agency as a precondition to award which are design to measure a prospective contractor's ability to perform the contract. In addition to examining the criteria in FAR 9.104-1, the Contracting Officer will also examine, 1. Whether the low bidder has demonstrated experience on three projects in which lifts of pre-positioned, pre-assembled hardware weighing 30 - 50 tons have been performed using multiple cranes working in unison. 2. Weather the low bidder has demonstrated experience on three projects in which heavy hot-rolled truss sections utilizing large gusset plate connections and high strength pre tensioned bolts. 3. Weather the low bidder has demonstrated experience on three projects in which deep pile foundations were utilized, piles driven deep into the ground and footings for the structural members of the building placed on top of the driven piles. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. The order of magnitude for this effort is estimated between $25,000,000.00 and $100,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this source sought. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform [at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts: Interested contractors shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Please submit your cage code and DUNS number. Contractors responding to this sources sought are not required to be a small business. Specify if your business status qualifies as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. 3. Provide a write up of your company's capability to manage the construction of this magnitude and complexity within six years on past experience and how you would manage the construction of this Aircraft Maintenance Instructional Building. Indicate the primary nature of your business and capability to execute project professionally. 4. Provide at least three (3) examples of projects similar size/scope described in the project description above, within the past six (6) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of construction for aircraft maintenance instructional building and the unique aspects of this project: 1. Four high bay training areas, approximately 89 feet x 189 feet x 40 feet clear height 2. Steel framed construction 3. Heavy hot rolled long span steel roof trusses 4. Bolted truss gusset construction 5. Custom bolted connections 6. Multiple overhead crane systems, 3 - ton minimum per crane 7. Deep foundations 8. Multiple construction crane critical lifts. In addition, please provide recommendation on what would be a reasonable time (number of years of experience) to assess experience qualification. 5. If large business is submitting, please provide a statement with an estimate on how much the total contract value (percentage) should be set aside for small business and type of work to be performed. 6. Firm's Bonding Capability (construction bonding level per contract expressed in dollars) via letter from bonding company Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email to Joy Wright at joy.m.wright@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Submit response via email to joy.m.wright@usace.army.mil with copy furnished to with the subject including the Source Sought No. W91236-18-B-0018. Capability package must be submitted no later than on or before 1:00 PM ET, Tuesday, 24 April 2018. Limit capability briefing package to 10 pages. Email is the preferred method when receiving responses to this synopsis This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0018/listing.html)
 
Record
SN04882839-W 20180411/180409230717-cff93500812ff7a6696c964a0943c22b (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.