SOURCES SOUGHT
Y -- Renovation of Building 390 at Rock Island Arsenal
- Notice Date
- 4/30/2018
- 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-BUILDING390RENOVATION
- Archive Date
- 5/29/2018
- 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. Building 390 at Rock Island Arsenal currently has a number of life safety issues that need to be addressed. Phased repairs requires renovation and relocation expenses to temporarily house building occupants. The scope of the project includes comprehensive repairs to the 156,002 SF facility to address the following deficiencies and failing components: Repair life safety fire code deficiencies to meet minimum code requirements. Repair Heating, Ventilation and Air Conditioning (HVAC) (portions included in environmental abatement of asbestos). Repair electrical distribution system as required. Repair all existing lighting and replace with new LED lighting. Repair water service lines, sanitary sewer lines and provide fire sprinkler system as needed. Interior Components: Repair existing floor plan layouts to meet user and mission requirements. Project site is located on an Army installation with a secured perimeter and controlled access. Contract duration is estimated at 720 calendar days. The estimated cost range is between $25,000,000.00 and $100,000,000.00. 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 14 May 2018 at 2:00 Eastern 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: Major renovations of office, administrative, and/or educational facilities. Renovation effort should include significant upgrade and addition to major building systems including structural, mechanical, plumbing, electrical, etc. To be considered similar, renovation experience should demonstrate capability of providing systems upgrades and additions to meet current fire code. This includes full facility fire suppression installation and/or construction of exterior fire egress stairwells to the four story facility. b. Projects similar in size to this project include: Renovation of multiple story office buildings exceeding 120,000 SF. 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 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 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 14 May 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-BUILDING390RENOVATION/listing.html)
- Place of Performance
- Address: Rock Island Arsenal, Illinois, United States
- Record
- SN04904818-W 20180502/180430230709-f0fa4e7a319905220017236c86cb7b0f (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 |