Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

Y -- General Purpose Warehouse, Defense Distribution Center - New Cumberland, PA 17070

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0013
 
Response Due
2/17/2012
 
Archive Date
4/17/2012
 
Point of Contact
Kevin Cook, 410-962-2935
 
E-Mail Address
USACE District, Baltimore
(kevin.j.cook@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational purposes only. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of the General Purpose Warehouse, located at the Defense Distribution Center, Susquehanna, New Cumberland, PA 17070, with an estimated cost of between $10 and $25 Million. This project is design bid build. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Construction of a new General Purpose Warehouse, located at the Defense Distribution Center, Susquehanna, New Cumberland, PA 17070. Sources interested in this announcement should have knowledge and experience to construct a design-bid-build big box General Purpose Warehouse facility. Interested sources shall have demonstrated experience in scheduling and phasing of similar type projects. The General Purpose Warehouse Bldg 780 will be approximately 18,550 square meters (204,000 square feet). The warehouse will have a 6.10 meter (20 foot) clear stacking height, loading/unloading docks with dock levelers, weather-sealed truck doors, paved roadways and hardstand aprons. The facility will be heated by propane and air mixture that will have the heating value equivalent of natural gas. The gas piping will also serve direct fired roof-mounted air handlers. A 185.5 meter (2,000 square foot) administration annex to the warehouse will include office space, restrooms, locker rooms, and lunchrooms. A 185.5 meter (2,000 square foot) utility annex will contain equipment to support all utility functions of this facility. This facility will include an Energy Management Control System (EMCS) connections, and building information systems. Supporting facilities include electric service, propane gas fired heating systems, solar wall, water, sanitary sewer, access road, parking, sidewalks, curbs and gutters, storm drainage, fencing and exterior lighting, CCTV, access control systems, site preparation and improvements, fire protection and alarm systems, and information systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. All required antiterrorism protection measures shall be included. This project also requires site demolition of asphalt and concrete pavement and tree removal. The scope also includes the demolition of (2) WWI era warehouses 5 & 6 after the completed construction of Bldg 780. The project also includes the demolition of one small storage structure (Building 241) that is within the footprint of the new warehouse. Interested sources shall have experience with: 1. Rammed aggregate piers - The building foundation system will consist of an intermediate foundation system consisting of aggregate pier reinforced soils (rammed aggregate piers) supporting a shallow foundation system. The shallow foundation system consists of spread footings under the columns and walls. The footings will be supported by the reinforced soils consisting of rammed aggregate piers. The building slab will consist of a slab on grade supported by rammed aggregate piers. 2. Radiant Floor Heating System - gas fired hot water system for warehouse area only totaling approximately 200,000sf with 32 zone control circuit manifolds distributed evenly in 16 locations throughout the facility. 3. Solar Wall System - Is approximately 7650SF of panels and will be used to preheat make up air. Ductwork will be run through the truss space of the building and up to the AHUs. 4. Demolition - Bldg 5 is approximately 203,854sf and Bldg 6 is 204,294sf. each with an eave height of 24ft and concrete floor and foundations, terra cotta grouted tile walls, wood truss roof structure with low-slope, single ply roof. All above and below ground utilities are to be removed to the curb and capped. Bldg 241 is 2982sf and is a slab on grade, masonry walls, wood frame, wood deck, shingled roof and is to be totally demolished and removed from site. All Buildings have been abated of hazardous materials. 5. Architectural Precast - The exterior wall system of the Warehouse and Annex facilities is a double wyth thermally insulated precast wall system with an R24 rating. All contractor employees working at the project site on Defense Distribution Center, Susquehanna must possess a social security card. Employees must be either a U.S. Citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at Defense Distribution Center, Susquehanna. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small business pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work above, for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Small Business contractors must perform a minimum of 20% of the work. To Include: 1. Company name, address, phone number and point of contact. 2. Company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned small business. Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award, Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. 4. Provide three (5) examples of projects similar to requirements described in the project description above, within the past five (5) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall be no longer than twelve (12) pages, in one.pdf file, or one word document. 7. Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration (CCR) System, please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Responses are to be sent via email to Kevin.J.Cook@usace.army.mil no later than 1:00 p.m. 17 February 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0013/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02667054-W 20120204/120202235722-6a4ec847b2464f3ba4ba9c0f49855424 (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 |
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.