SOURCES SOUGHT
Z -- Renovate Building 2, Bays 5 & 6, Tobyhanna Army Depot
- Notice Date
- 5/2/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-12-Bldg2TYAD
- Archive Date
- 5/26/2012
- Point of Contact
- Michelle L. Johnson, Phone: 2156566774
- E-Mail Address
-
Michelle.L.Johnson@usace.army.mil
(Michelle.L.Johnson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Women-Owned Small Business, or Service Disabled Veteran Owned Business contractors for the following proposed contract: The contract work includes renovation of approximately 40,000 SF in Bays 5 and 6 for use as open office areas, private office areas, conference rooms, classroom and training areas and storage in Building 2 at Tobyhanna Army Depot, Tobyhanna, PA. Work also includes construction of an approximately 1,500 square foot training area addition, replacement of exterior windows and doors in renovation areas, new entrances, and associated site work. Demolition and infrastructure upgrades are also required to accommodate the revised layout. Electrical work consists of new panel boards and circuits and new lighting. Existing mechanical units will be replaced with new roof-top units. The roof deck requires reinforcement to accommodate the new units. The fire protection system requires modification. The project includes the following potential hazards: Asbestos, Lead, Mercury, PCBs, and Mold. The work consists of, but is not limited to: interior finishes and infrastructure to support functional changes including lighting, electrical, HVAC, fire protection, plumbing, and demolition includes asbestos/lead abatement. Award of a firm fixed price contract is anticipated in July 2012. Contract duration is approximately 365 calendar days and estimated cost range is between $1,000,000 and $5,000,000. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 236220 and the size standard is $33.5 million. Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), Women-Owned Small Businesses, or Service Disabled Veteran Owned Business contractors should submit a narrative demonstrating their experience in similar scope, complexity and value. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects (scope, complexity and value), completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. Responses should be sent to Michelle L. Johnson at Michelle.L.Johnson@usace.army.mil to reach this office on or before May 11, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-Bldg2TYAD/listing.html)
- Record
- SN02737094-W 20120504/120502235432-f5cb797cd9d323d588201d5bde7fa2d1 (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 |