Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOURCES SOUGHT

Z -- Renovation of Historic Fire Stations 95 & 701 at Ft. Leavenworth, KS

Notice Date
5/21/2020 6:19:00 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
PANNWD-20-P-0000-002904
 
Response Due
6/1/2020 11:00:00 AM
 
Archive Date
07/01/2020
 
Point of Contact
Thomas Beyer, Phone: 8163893051
 
E-Mail Address
thomas.j.beyer@usace.army.mil
(thomas.j.beyer@usace.army.mil)
 
Description
+The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a contract to prepare design documents and perform renovation work on buildings 95 and 701 at Fort Leavenworth, Kansas. The Government proposes to issue a firm fixed price type design-build (D-B) contract award for this project. THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS. The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities and qualifications of small business firms to perform a firm fixed price D-B construction type contract of this magnitude and to determine if there is adequate competition to compete and successfully perform. The scope of this D-B contract for buildings 95 and 701: ��������� a. Whole building renovation of historic building 95, fire station, with associated historic restoration for certain interior and exterior aspects of the building.� All systems will be replaced: mechanical; electrical; communications; security; fire and life safety. Architectural revisions to improve layout and update interiors.� Replace windows to match historic look meeting current anti-terrorism/force protection standards.� Repairs needed to exterior include masonry patching/repairs, repointing, concrete spall repairs, and similar.� Some foundation waterproofing.� Reconfiguration of parking area and ancillary utility work in support of the renovation. Building 95 is a contributing structure to the Fort Leavenworth National Landmark Historic District; all work will be done in accordance with the Secretary of the Interior Standards for Historic Preservation. ��������� b. Renovation of building 701, fire station.� Option to add second floor administrative space, including an elevator. Replace mechanical; electrical; communications; security; fire and life safety. Architectural revisions to improve layout and update interiors.� Option to enlarge apparatus bay. Ancillary site and utility work in support of the renovation, including grading corrections, parking lot repairs, etc. ACQUISITION STRATEGY The Government anticipates a 2 year firm fixed price type contract for this project. The requirement will consist of all aspects of design and renovations to buildings 95 and 701. This requirement will include construction scheduling and potential phasing. The anticipated award of this contract will be on or before September 30, 2020 and shall be complete within two years. The magnitude of this project is between $10,000,000 and $25,000,000. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include but are not limited to: Commercial and Institutional Building Construction 236220, and $39.5M. You are invited to respond to this sources sought notification, with your response to include the following information: COVER LETTER: Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; Company Website Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 236220. If a Small Business, specify if your company is any of the following: (a) Service- Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business. Assertion of Contractors interest in bidding on the solicitation when it is issued. SOURCES SOUGHT QUESTIONS: Prior Experience. Prior experience with construction of projects that have similar scope and magnitude. Provide examples with summaries of past performance on a minimum of (3) three projects designing and constructing major renovations to historic and non-historic fire stations within the last (6) six years by including as much of the following information as possible: Dollar amount of the contract; Design-Build construction experience; Large commercial installation facilities to include utilities, site improvements, pavements, communications infrastructure, security and other supporting work; Brief description of the technical requirements of that project; Description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor; Indication of how long the services took to complete from start to finish; Name, address, point of contact and phone number of customer organization for which the work was done. Compliance with Secretary of the Interior Standards for historic renovation experience. Contractor may submit examples of work done by a subcontractor, if that subcontractor intends to enter into a letter of commitment with the contractor. Joint Venture information, if applicable - existing and potential. Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars. The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives. Please respond by June 1st, 2020 at 1:00 pm Local Time, with response limited to five (5) pages. Send your response to Thomas Beyer via email, thomas.j.beyer@usace.army.mil with a courtesy copy to Alice M. Jeffres at alice.m.jeffres@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1468516f17044a789d7176db2094c48d/view)
 
Place of Performance
Address: Fort Leavenworth, KS 66027, USA
Zip Code: 66027
Country: USA
 
Record
SN05668397-F 20200523/200521230231 (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.