SOURCES SOUGHT
Y -- Renovate Building 252 for Logistical Readiness (LRS) at Pease ANGB, NH
- Notice Date
- 10/26/2018
- 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, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ19X0005
- Archive Date
- 12/4/2018
- Point of Contact
- Alysha MacDonald, Phone: 9783188715
- E-Mail Address
-
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a construction project to Renovate Building 252 for Logistical Readiness (LRS) at Pease ANGB, NH. This announcement is to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business and Small Business concerns as described below. The NAICS code for this procurement is 236220. The project is planned to be issued on or about January 2019. The construction is expected to take approximately one year. The estimated construction cost is between $5,000,000.00 and $10,000,000.00. The project is a renovation of an existing maintenance hangar which was originally constructed in 1952 and has undergone multiple renovations since the original construction. It is deteriorated and in need of significant envelope repairs. The existing systems are reaching their end of useful life and are not energy efficient. The architectural finishes within the spaces are deteriorated and water damaged. The hangar currently supports LRS and Small Air Terminal (SAT) operations for the KC-135 airframe and needs to be reconfigured to suit the operations for the upcoming KC-46A mission. The building and roof are approximately 30,000 sf. It has: two elevated mezzanine support areas, a freestanding mezzanine, a freestanding administrative support area with that also contains mechanical spaces. Work includes: demolition of the existing mechanical, electrical, and plumbing systems, interior partitions, hangar doors, and mezzanines; abatement of hazardous materials for the interior building elements; standing seam metal roof replacement; infill of hangar doors, construction of a free standing building within the hangar to support the SAT administrative functions; construction of high bay storage area for the LRS storage functions; construction of Air Transportable / Galley Lavatory (ATGL) storage, cleaning and servicing bays which tie into the existing structure and wall assembly; installation and renovation of all ventilation and climate control systems within the building; demolition and installation of plumbing systems; removal and replacement of existing electrical service entrance, equipment; removal and replacement of existing hangar lighting; new electrical power and lighting devices; new telecommunication equipment; new automatic sprinkler system to service the entire building; new addressable fire alarm; system testing and commissioning; construction of the entrance canopies; utility modifications and connections; and site improvements including pavements, walkways, and slabs. Please provide up to five examples of projects substantially completed within the last seven years in which you have demonstrated the following construction capability and identify your role in the project(s): •Experience as the General Contractor on a construction contract of similar size. Indicate the scope of the effort, the size of the building, location of project, whether it was a federal or private contract, the contract amount for which your firm was responsible, and the construction start and completion dates. •Experience managing and scheduling subcontractors. Indicate the scope of the effort and the total dollar amount that you were responsible for, to include prime contract and subcontracted work, the percent of effort that was self-performed, your firm's role. •Experience with major building renovations that included architectural, mechanical, electrical, plumbing, standing seam metal roofing and abatement work. Indicate the scope of the effort and the total dollar amount that you were responsible for, to include prime contract and subcontracted work, the percent of effort that was self-performed, your firm's role. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and specific examples of past experience in performing the work requirements stated above. The project examples must have been performed within the last seven years. The package must show project examples of all of the experience/expertise listed above. However, the experience does not have to be demonstrated on one single project. Please include a Point of Contact and phone number for each project example who may be contacted for further information on contractor's effort and performance. Proof of bonding capability must be submitted with the package. Responses are due COB by November 19, 2018. Responses should be emailed to Alysha.MacDonald@usace.army.mil. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ19X0005/listing.html)
- Place of Performance
- Address: Pease ANGB, New Hampshire, 03801, United States
- Zip Code: 03801
- Zip Code: 03801
- Record
- SN05136067-W 20181028/181026230545-d81c828d4fc8e65df285439924ef98f9 (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 |