SOURCES SOUGHT
38 -- Renovation of Mission Operation Facility, Building 1A, Tobyhanna Army Depot, Tobyhanna, PA
- Notice Date
- 5/16/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-14-BLDG1A
- Response Due
- 5/23/2014
- Archive Date
- 7/15/2014
- Point of Contact
- David Yakaboski, 570-615-7106
- E-Mail Address
-
ACC-APG - Tobyhanna
(david.yakaboski@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR INVITATION FOR BID (IFB). NO SOLICITATION IS CURRENTLY AVAILABLE. This synopsis is issued for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation(FAR) Part 10 to determine if there are adequate Small Business contractors for the following proposed contract: Repair and renovate interior and exterior portions of the first floor and mezzanine in Building 1A at Tobyhanna Army Depot. Work generally involves site/civil, abatement, architectural/GC, interiors, electrical, mechanical (HVAC & plumbing), structural, food service, and fire protection trades. The required exterior work for Building 1A is the repair of the north and south building elevations to include windows and storefronts to meet new fire protection requirements. A rapid rollup door will be installed on the south ramp. The new main personnel doors will receive new canopies. A portion of the existing dock in Building 1B will be in filled to increase storage capacity for the proposed kitchen. Hazardous materials will be abated as part of the work. The abatement includes lead paint and asbestos removal. The architectural repair includes reconfiguration of interior partitions to accommodate the tenant requirements. The work includes installation of new wall, ceilings and floor finishes. A monumental stair will be upgraded and a skylight installed above. Three elevators will be replaced. The toilet room on the first floor will be reconfigured and a new toilet room will be constructed above it on the mezzanine. New openings will be created to facilitate the mechanical and electrical systems work. Building 1A will be reroofed. A cafeteria will be added to Buildings 1A/1B with a seating area, serving area and kitchen. The food service equipment will be furnished and installed as part of this contract. New columns are required to support the roof and mezzanine floors. Columns are also required for areas of infill. A portion of the mezzanine floor will be extended over the east corridor. Existing structure will be strengthened with additional steel connections throughout. The sprinkler system will be upgraded to match the new configuration. Mechanical work includes selective removal of existing HVAC systems and installation of new HVAC roof-top units and associated distribution systems; installation of new plumbing supply and waste lines. A new chiller plant will be installed. Electrical work includes selective replacement of power sub-stations; distribution of power as required by new configurations and HVAC systems; replacement of lighting components and installation of new fixtures within the project area; replacement of fire alarm components; and, replacement of new communication and LAN lines as required by new configurations and new or relocated systems. Food service work involves installation of new kitchen/food court and food storage equipment. Award of a firm fixed price contract is anticipated in August 2014. Contract duration is approximately 900 calendar days and estimated magnitude is more than $50,000,000. Performance and Payment bonds will be required for 100% of the contract award. NAICS for this project is 236220 and the size standard $33.5 Million. Response to this sources sought announcement will be used by the government to make appropriate acquisition decisions. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business concerns or whether to issue as full and open competition (unrestricted). All interested Small Business contractors should submit a narrative demonstrating their experience with 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, government references and contract amount. Narratives shall be no longer then five (5) pages. Response should be sent to David Yakaboski at david.j.yakaboski.civ@mail.mil to reach this office by 4:00PM Eastern Standard time on May 23rd, 2014
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9555d7978cef084ba2c0b677adef0da4)
- Place of Performance
- Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN03368848-W 20140518/140516234558-9555d7978cef084ba2c0b677adef0da4 (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 |