SOURCES SOUGHT
Y -- Renovate/Consolidate/Repair First Floor AFRL/RQ HQ F/20045
- Notice Date
- 4/11/2018
- 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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-18-RENOVATEFIRSTFLOORAFRL
- Archive Date
- 5/8/2018
- Point of Contact
- Marcel D. Hull, Phone: 5023156184
- E-Mail Address
-
Marcel.D.Hull@usace.army.mil
(Marcel.D.Hull@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 comprehensive interior renovation of the first floor (including but not limited to the first floor, all stairwells, and exterior façade), approximately 56,850 SF in size. Renovation work includes replacement of building utilities: HVAC, power, communication/data systems, lighting, and fire protection system. Replace and reconfigure interior partitions, doors, frames, hardware, and replace finishes. Replace existing casework/furniture systems. Replace stairwell finishes and handrails. Repair exterior: replace all antiquated and deteriorated windows on the first floor with new energy efficient, antiterrorism compliant windows. Reconfigure front lobby and repair front entrance exterior and plaza. Repair exterior brick, as required. A limited portion of the first floor renovation area is considered a secure work space and must be IDC 705 compliant. Only contractors who are qualified and experienced for renovation of such secure spaces will be considered for this work. Contract duration is estimated at 500 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. 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 23 April 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 DUNs Number(s) 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 descriptions of up to (3) three projects with greater than 95% completion by you as the prime contractor within the past five (5) years which are similar to this project in 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. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Interior renovations of existing office space to include: 1. Renovation of IDC 705 compliant secure space. 2. Renovations of interior spaces, including replacement of modular furniture, interior lighting, power, communication systems, HVAC systems, plumbing, flooring and wall/ceiling finishes. 3. Installation of antiterrorism compliant windows. b. Projects similar in size to this project include: Interior renovations of approximately 42,000 square foot office buildings. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. (provide square footage, technical description, type and % of trades involved) 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 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 8 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 23 April 2018 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Marcel Hull, Contract Specialist, at: Marcel.D.Hull@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-RENOVATEFIRSTFLOORAFRL/listing.html)
- Record
- SN04885642-W 20180413/180411230805-ea9813415cc7ccefdf282c42192d9377 (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 |