MODIFICATION
Y -- FTG 156 Building 660 Repair
- Notice Date
- 12/10/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-13-R-00XX
- Archive Date
- 1/11/2013
- Point of Contact
- Richard B. Taylor, Phone: 907-753-5754
- E-Mail Address
-
richard.b.taylor@usace.army.mil
(richard.b.taylor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUCEMENT (SYNOPSIS): The purpose of this announcement is a MARKET SURVEY to determine the interest and capability of Small Business, HUBZone, 8(a) or Service Disabled Veteran Owned Business contractors for the following proposed 2-Step Design-Build Project: Convert, Remodel, and bring up to code a currently excess Unaccompanied Personnel Housing facility located at Arctic Avenue and 3rd Street on Fort Greely (Building 660), Alaska. Responsible sources having relevant experience and capabilities to perform the required work will be considered for determining the acquisition strategy for the subject project. This Sources Sought announcement is part of a market survey for information only to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. PROJECT INFORMATION: Convert, remodel, and bring up to code a currently excess Unaccompanied Personnel Housing facility located at Arctic Avenue and 3rd Street on Fort Greely (Building 660). Facility is to be converted to three category codes: 14183, 14185, and 73016. Specifically, the 1st floor will be designed for 73016 (Emergency Services/Police Station), the 2nd and 3rd floors will be designed for 14183 (Battalion Headquarters) and 14185 (Company Operations Facility). The bottom floor will be used for "common" functions such as arms rooms, supply rooms, and an EST trainer. Building 660 is a 4-story building constructed in 1961 as an UPH barracks with dormitory rooms, gang latrines, food preparation, dining and administrative functions. The 1995 Base Realignment and Closure (BRAC) action caused the majority of the building to become uninhabitable through 15 years of non-use and minimal maintenance. The 51,000 SF of UPH space has been listed as excess since Fort Greely was withdrawn from Army Surplus by Missile Defense Agency (MDA) in 2002. Major components of the facility are failing or have failed resulting in a current ISR-I rating Black. Currently the Network Enterprise Center (NEC) has equipment space for various wireless telecommunication systems and the Armed Forces Network. The installation's 911 Dispatch center is located in the basement and the 49th MDB utilizes space in the basement adjacent to the 911 Call Center for a simulator trainer. This project repairs a 1960's era, 4-story building, providing adequate Emergency Services/Police Station, Battalion HQ, and COF functions. Most components of the building have failed or are failing and are unusable. Utilities have been shut off to a majority of the building. The project will demolish and remove all remaining exterior and interior finishes, fixtures and mechanical and electrical equipment. Hazardous material will be removed from the building during demolition including, but not limited to, lead based paint and asbestos. The facility's thermal envelope will be repaired through application of an exterior insulation finish system (EIFS), EPDM roof, and energy efficient doors and windows. Interior spaces will be repaired including, but not limited to, failed vinyl composite tile, drywall and wall studs, electrical panels, branch circuits and end devices, HVAC system, plumbing lines and fixtures and suspended ceiling grids. Repairs will also encompass the failing fire alarm system along with voice and data communications infrastructure in accordance to table 2-1 DA Pam 420-11. Repairs on building infrastructure will start at the main, outside the facility. Repairs on the electrical infrastructure will start at the transformer, external to the facility. The completed repair will conform to the ABA "Accessibility Design Guidelines for DoD Facilities" and other applicable codes. AT/FP will be repaired in accordance with UFC 4-010-01. Progressive Collapse cost was determined, included in the cost estimate, and based on the Occupancy Category (OC) in accordance to UFC 4-023-03, Design of Building to Resist Progressive Collapse. INSTRUCTIONS: Contract duration is 450 days and estimated cost range is between $6,000,000.00 to $15,000,000.00. NAICS is 236220. Size limitation is $33.5M. • All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors should notify this office in writing by mail or email on or before 6 January 2013, 12:00 pm, Alaska Time. • Responses should include (Sources Sought Request is Not Limited to Small Business) : (1) If Business is certified by the SBA please provide the following: (a) Identification and verification that the company is certified by the Small Business Administration as a HUBZone or 8(a) contractor or self-certified as a Service Disabled Veteran Owned Business, as applicable; (2) The level (dollar amount) of performance and payment bonding capacity that the company could attain for the proposed project; (3) Past Experience - Provide descriptions of projects substantially complete or completed within the last five years which are similar to this project in size, scope, and dollar value. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, the portion and percentage of work that was self performed, whether the project was design/build or not, and a description of how the experience relates to the proposed project; (4) A statement of which portion of the work that will be self-performed and how it will be accomplished; and (5) A statement of experience with design and construction in sub-arctic climates. Send responses to the U.S. Army Corps of Engineers, Alaska District, P.O. Box 6898, ATTN: CEPOA-CT-M (Richard Taylor), JBER, Alaska 99506-0898 or email to richard.b.taylor@usace.army.mil - NLT 27 December 2012 (12:00pm Alaska Time)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-13-R-00XX/listing.html)
- Record
- SN02945307-W 20121212/121210233803-01deb2dea7a2ae232b49c1f174afed5e (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 |