SOURCES SOUGHT
Y -- Mill Creek Office Replacement
- Notice Date
- 3/7/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-11-R-SS18
- Response Due
- 3/16/2011
- Archive Date
- 5/15/2011
- Point of Contact
- Elaine M. Vandiver, 509-527-7221
- E-Mail Address
-
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Mill Creek Office Replacement. The work is located near the Bennington Lake Reservoir, located in Walla Walla County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is between $500,000 and $1,000,000. 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 236220 and the associated small business size standard is $33,500,000. This sources-sought announcement is a tool to identify concerns with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. 1) Provide a Capability Statement expressing interest in this requirement, capability of performing a contract of this magnitude and complexity, list any special qualifications and certifications held by the company, as well as any in-house personnel capabilities related to accomplishing the summary scope of work for this requirement. 2) Provide a list of your firm's technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of the project scope, schedule, dollar value and the firm's role (prime contractor, major subcontractor, etc.) in the project. 3) Provide a list of your firm's past performance similar to or the same as the summary scope of work for this requirement. Include the customer's point of contact name and phone number. 4) Provide a statement of your firm's bonding capacity. 5) Provide a statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), woman-owned). Submit this information to Elaine Vandiver, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or via email to Elaine.M.Vandiver@usace.army.mil. Your response to this notice must be received on or before 3:00PM on March 16, 2011. Summary of Scope of Work: Using USACE supplied plans and specifications, construct a Sustainable High Performance Energy Efficient single story administration building, to replace the existing Mill Creek Project Office, in the land area adjacent to the existing project office (due east). The building's square footage is 3,756 GSF. The building shall have the following office spaces: visitor display area with a public restroom, Receptionist area, Operations Manager Office, Lunch/Conference Room, Ranger Office area for three office personnel, Maintenance Office area for three office personnel, Mechanical/Electrical room, a telecom room, men's & women's employee restrooms with lockers and showers, a janitor closet and a hallway within the building. The building shall have two vestibules, one off of the North side of the Visitor Display area and one on the east side of the building connected to the hallway. The building design is in accordance with the Leadership in Energy and Environmental Design (LEED) process for "silver" rating. The building construction shall be in accordance with the Leadership in Energy and Environmental Design (LEED) process for "silver" rating. LEED Concepts have been applied to the building's orientation, office space layout, electrical/ mechanical systems efficiencies, outdoor lighting, water re-use and low consumption, landscaping, and material usage and configuration. Site preparation includes underground utilities, grading, excavation and installation of heat loops for a ground-source heat pump, a septic system and drain field, installation of a pedestrian footbridge, pavement for parking areas, rip-rap armoring a portion of the adjacent return canal, pedestrian and vehicular access to the building and landscaping. The building shall be constructed on concrete spread footings with a crawl space. Building construction shall be timber with stick-framed walls, floor and timber-truss roof, metal roofing, metal and simulated stone veneer siding. Building construction shall include all applicable electrical, mechanical, communication lines, and computer networking systems lines (computers, phones and servers to be provided by others) for the office spaces described above. LEED Accredited Professional: The Contractor shall retain a staff person who is responsible for ensuring LEED credits and prerequisites are earned. This person shall also be responsible for assembling all construction related documentation. The individual shall be a USGBC (US Green Building Council) LEED Accredited Professional who has documented evidence of working on at least 2 previous construction projects which were LEED certified and incorporated sustainable design features. The Contractor shall substantiate this experience with a copy of the individual's resume and proof of their being a LEED Accredited Professional. This project has been designed for and shall be developed for a sustainable rating of Silver in accordance with USGBC's (US Green Building Council) LEED Version 3, 2009. Requirements during construction include the presence of a Site Safety and Health Officer (SSHO) and Contractor Quality Control Manager (CQC) at all times when work is performed. The SSHO is required to have 30 hour OSHA training and the CQC will be required to have taken the Corps of Engineers course entitled Construction Quality Management for Contractors. The Contractor will be required to develop and maintain a network analysis system (NAS) schedule for this project. A scheduler with a minimum experience level of three years will be required to develop and maintain the required schedule. All on-site work will be subject to the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be required to utilize the Corps of Engineers electronic system (Quality Control System) to manage and transmit certain records to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-SS18/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN02395042-W 20110309/110307234524-3a235f71c69298c0ad5365b98cd1f322 (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 |