Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2014 FBO #4557
SOURCES SOUGHT

Y -- Design Bid Build project to Renovate Visiting Airman's Quarters (VAQ) Building 5101 at the Westover Air Reserve Base located in Hampden County, MA.

Notice Date
5/15/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-14-WESTOVER-VAQ-RENOVATION
 
Response Due
5/22/2014
 
Archive Date
7/14/2014
 
Point of Contact
Morgan Strong, 502-315-6210
 
E-Mail Address
USACE District, Louisville
(morgan.k.strong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the renovation of a three story lodging facility (approximately 28,579.00 SF), Building 5101, by removing interior walls, flooring, ceiling, plumbing, HVAC and electrical systems. Construct new interior walls, ceilings, HVAC, electrical, plumbing, etc. to convert existing rooms to current room standard to include a private bathroom for each room. Install fire protection system, mass notification and elevator. Repair existing concrete structural system to prevent Progressive Collapse and provide Anti-Terrorism/Force Protection required protection. Refinish all interior surfaces. Install carpet in all corridors and guest rooms as well as ceramic tile in guest room bathrooms. This Project shall be quote mark formally certified and achieve at a minimum quote mark a United States Green Building Council Leadership in Energy and Environmental Design (LEED) rating of Silver. This project shall be constructed in accordance with current Anti-Terrorism/Force Protection (AT/FP) standards and shall incorporate applicable aspects of the AFRC Energy Policy. The structure will be upgraded to address AT/FP (blast), seismic forces, and progressive collapse. Air Conditioning: 75 tons. Contract duration is estimated at 455 days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 22 May 2014 by 10:00 A.M. Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Descriptions of Experience - Provide past experience information on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for multi-building projects of similar type buildings involving management of multiple sub-contractors. Additionally, the following capabilities are required for successful contract performance: 1) Buildings designed to resist progressive collapse utilizing fiber reinforced polymers to reinforce concrete framing 2) Seismic upgrades 3) Anti-Terrorism/Force Protection upgrades including blast resistant windows. a. Projects similar in scope to this project include: Dormitories and lodging facilities with multi-story (3 stories or more) renovations. Construction of pre-engineered buildings does not count toward a project of similar scope or size. b. Projects similar in size to this project include: New or renovation construction projects with a single building or multiple buildings having a minimum of 20,000 SF per building Based on the definitions above, for each project submitted, include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project. c. Size of the project. d. The portion and percentage of the project that was self preformed. (4) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Mr. Morgan Strong at morgan.k.strong@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Morgan Strong, Louisville, KY 40202-2267. If you have questions please contact Morgan Strong at morgan.k.strong@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-WESTOVER-VAQ-RENOVATION/listing.html)
 
Record
SN03368011-W 20140517/140515235611-a1333ada4fdadf72b70896cbffd6aae1 (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.