SOURCES SOUGHT
99 -- TOBYHANNA ARMY DEPOT FAMILY HOUSING
- Notice Date
- 12/30/2019 12:37:53 PM
- Notice Type
- Sources Sought
- NAICS
- 236115
— New Single-Family Housing Construction (except For-Sale Builders)
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU20R0006
- Response Due
- 1/14/2020 1:30:00 PM
- Archive Date
- 01/29/2020
- Point of Contact
- Gibao E. Kani-Goba, Phone: 2156566773, Gregory C. Keaton, Phone: 2156563826
- E-Mail Address
-
Gibao.E.Kani-Goba@usace.army.mil, Gregory.C.Keaton@usace.army.mil
(Gibao.E.Kani-Goba@usace.army.mil, Gregory.C.Keaton@usace.army.mil)
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: The U.S. Army Corps of Engineers, Philadelphia District, anticipates a project for the construction of 26 detached, single family housing units within the existing family housing at the Tobyhanna Army Depot (TYAD). The project includes construction of 26 detached, single family housing units within the existing family housing at Tobyhanna Army Depot (TYAD). Twelve 4-bedroom units (2100 � 2400 sq. ft) and six 3- bedroom units (1800 � 2000 sq. ft) are included in the base bid. Another four 4-bedroom unit and two 3-bedroom units shall be included as options. In addition, the base bid includes two 4-bedroom units compliant to accessibility for individuals with disabilities requirements. There are multiple layouts for each type of unit but all units will include living areas, kitchen, bathrooms, bedrooms, storage, basement or crawl space, double car garage, and private entrance. The project includes a Comprehensive Interior Design for both a base bid level of finishes and an Option for a higher level of finishes. Heating and air conditioning will be included as in construction by self- contained systems. Units also require residential automatic sprinkler systems. Traditional or Modular construction meeting the project plans and specifications will be considered. Housing units shall be constructed to the Residential Communities Initiative Standard for the current version of LEED Silver although the project will not be registered or certified. The project includes site work such as utility and information systems; roadways; sidewalks; parking areas; storm drainage; street lighting; site restoration and landscaping. Site amenities include a picnic shelter, fire pits, and playgrounds. Some site amenities may be identified as option bid items. Contract duration is approximately 5 years. The anticipated contract will not exceed $3.5 Million Dollars. The contract will be firm fixed priced. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 236115 and the size standard is $39.5 million. Responses are requested with the following information, which shall not exceed a total of ten (10) pages. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 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. Provide construction bonding level per single contract. 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. 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. 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).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3433b82b914346468284ed3bf9757353/view)
- Place of Performance
- Address: Tobyhanna, PA, USA
- Country: USA
- Country: USA
- Record
- SN05525075-F 20200101/191230230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |