Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2020 SAM #6645
SOURCES SOUGHT

Y -- Renovate Survival Equipment Shop at WPAFB

Notice Date
2/6/2020 12:43:52 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-WPAFBSurvivalEquipmentShop
 
Response Due
2/21/2020 11:00:00 AM
 
Archive Date
03/07/2020
 
Point of Contact
MeRanda Renee Booth, Phone: 5023156600
 
E-Mail Address
meranda.r.booth@usace.army.mil
(meranda.r.booth@usace.army.mil)
 
Description
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 design, bid, build requirement. The proposed project description is: Renovate Building 34035, located at Wright Patterson Air Force Base, to include demolishing, disposal, and renovating office spaces to accommodate 445 Aircrew Flight Equipment (AFE), Survival, Evacuation, Resistance & Escape (SERE), and Deployment for Training (DFT) personnel and mission. Reconfigure the interior administrative, training, and industrial space to accommodate revised shop areas and open office planning (estimated combined square footage of 22,450 square ft). Reconfigure interior HVAC, power, and lighting systems to support the revised floor plan, and replace lights with LED fixtures. Provide fire suppression, detection, and alarm systems, to include mass notification capability. Replace exterior metal siding. Replace exterior doors, frames and hardware. Replace the internal gutter system with an exposed gutter and downspout system tied into the underground storm drains. Repair all associated leaks. Replace the roof system. Regrade ground to slope away from the facility. Remove abandoned exterior HVAC equipment and concrete pads. Upgrade utility connections to the facility. Use energy efficient and corrosion resistant materials where life cycle cost effective. Perform asbestos/LBP survey to determine if HAZMAT is present and requires abatement, preliminary seismic structural evaluation, and lightning protection risk assessment per UFC 3-501-01. Abate HAZMATS and correct seismic deficiencies. Construction: Raise ceiling height/roof height in raft inspection area to provide approximately 20-foot clear space. Provide foundations, columns, and structural system. Construct personnel canopies for inclement weather protection. Construct a mechanical pad. Connect the facility to the privatized natural gas system. Square footage estimates include installing approximately 1,700 SF of new canopies, raising 3,500 SF of roof, and building a new 1,700 SF drying tower. Contract duration is estimated at 540 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 on 21 February 2020 by 2:00 Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Documentation demonstrating Design-Bid-Build experience for projects of similar type buildings involving management of multiple sub-contractors. 5. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion, or projects completed in the past five (5) years, where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least two references.� 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: Renovation of multi-use building(s) to include administrative, training, and industrial space to accommodate revised shop areas and open office space to include reconfiguration of HVAC and associated utilities. � b. Projects similar in size to this project include: Renovation, new construction and associated utilities having a combined square footage greater than or equal to 15,000 SF. � c. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed.�� Scope of the project.� Please make sure you discuss experience in the following four areas if applicable. Size of the project (combined building SF, acres of construction site work, etc.) The portion and percentage of work that was self-performed. Describe the work your company self-performed. Successful experience in certifying projects for LEED through the Green Building Council Institute (GBCI). Whether the project was design/build or design/bid/build. Provide 2 references � 6. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); 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. Email responses to meranda.r.booth@usace.army.mil. If you have questions please contact Renee Booth at 502-315-6600. This is NOT a Request for Proposal and does not constitute any commitment by the Government. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/0ff13c913c4d4c7ebfbe71d174c50612/view)
 
Record
SN05554064-F 20200208/200206230139 (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 |
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.