SOURCES SOUGHT
99 -- Market Survey - WPAFB B441 HPW Mechanical Renovation
- Notice Date
- 4/10/2020 8:35:09 AM
- 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-WPAFBB441HPWMechanicalRenovation
- Response Due
- 4/24/2020 11:00:00 AM
- Archive Date
- 05/09/2020
- Point of Contact
- Robert Glenn, Phone: 5023156449
- E-Mail Address
-
robert.glenn2@usace.army.mil
(robert.glenn2@usace.army.mil)
- Small Business Set-Aside
- LAS Local Area Set-Aside (FAR 26.2)
- 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 replacement of the HVAC systems, fire protection, and selective replacement of plumbing, and waste lines of approximately 55,418 SF to include the 1,200 SF of the addition or greater for Bldg. 441 at WPAFB, Dayton, OH. The project also includes the repair/replace electrical secondary distribution panels and switch gear. Repair deteriorated exterior stairs, sidewalks, and walls. Repair service elevator. Work includes patching exterior brick, sealing gutters, and replacing windows to correct failed seals and prevent air and water intrusion. Repair non code compliant facility fire alarm detection and notification system. �Install new data and voice systems throughout the building.�� Repair non code compliant fire rated doors. Replace existing sprinkler protection including the risers to bring facility into current code compliance. Demolish and reconstruct entryway to include Americans with Disability Act (ADA) compliant door access. Repair first floor restrooms near auditorium for compliance with ADA. Reconstruct additional basement, first, and second floor restrooms; replace restroom partitions, ceramic tile finishes, fixtures, fittings, walls, ceilings, lighting, specialties such as stall and urinal partitions, towel dispensers, etc., and make ADA compliant. Reconfigure lobby to provide for a facility security workstation and replace main entryway finishes. Demolish and reconstruct stairwell landings and exits to allow proper facility fire egress. Repurpose portion of the second floor from private offices to a mix of private offices and open office space. Work includes interior partitions, ceiling, floor, code compliance, insulation, door frames and hardware, doors, interior ceiling, wall, and floor finishes. Construction: Construct new 1,200 SF mechanical room to house a chilled water and heating water system.�� New plants will serve the new HVAC air handler systems.�� Existing DX systems and partial system chilled water shall be removed. Construct a mechanical pad for the chiller condenser units. Connect the facility to the privatized natural gas. Contract duration is estimated at 1,000 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. 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 24 April 2020 by 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Entity Identifier(s) (formerly DUNS Number) 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. Provide documentation demonstrating DBB experience for projects of similar type buildings involving management of multiple sub-contractors. 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. Please be advised when submitting your responses that there will be 7 sequences included in the contract. This will define in how to do each portion of the project is to be completed.� A. Projects similar in scope to this project include: �Renovation of an office/administrative facility to include repair and reconfiguration of the HVAC, power and lighting, as well as provide fire suppression detection and alarm systems with mass notifications capabilities. Please identify if the renovated facility was a pre-engineered metal building. B. Projects similar in size to this project include:�� A total combined square footage of at least 35,000 Sq. Ft. of renovation. Please identify any new construction square footage associated with the submitted project. 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. State if the project was design/build or design/bid/build. Provide 2 references 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 24 April 2020 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Robert Glenn, Contract Specialist, at: Robert.Glenn2@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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2730f06d58454afe863d4b34ad7e3c0b/view)
- Place of Performance
- Address: Dayton, OH, USA
- Country: USA
- Country: USA
- Record
- SN05618195-F 20200412/200410230148 (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 |