SOURCES SOUGHT
Y -- Design/Bid/Build - Renovation and alteration of Hangar 1 (Building 7087), Phase 1 located at Westover, MA Air Reserve Base.
- Notice Date
- 6/27/2014
- 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-HANGAR1-RENOVATION
- Response Due
- 7/7/2014
- Archive Date
- 8/26/2014
- 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 will require the contractor to provide all labor, material and equipment necessary to safely complete phase 1 which will include approximately 25,045 SF of open space that will be renovated for use as office space, storage and operations to accommodate the consolidation of the 439 AES and 439 OSS into Building 7087. In addition, an approximately 2,668 SF mechanical area will be created within the hangar open space. Approximately 670 SF on the first floor of the north wing will be renovated to provide new communications, mechanical and electrical rooms. Phase 1 includes site work for Building 7087 including AT/ FP improvements, revisions to existing parking, new parking, demolition of an existing pavilion and repairs to Provider Street. The existing hangar doors and wall on the east end of the building will be replaced with a new insulated wall with roll up doors to accommodate the flight simulator and other interior functions. Remove existing hangar bay lighting and provide new energy efficient fixtures over hangar areas which will not be built out. Remove radiant heat in the hangar above the new build out area and provide new unit heaters to maintain temperature sufficient to protect fire sprinkler systems from freezing. Install two new elevators; one each at the north and south wings. Phase 1 also includes renovation of the main electrical room and communications room in the south wing. Work includes new electrical service entrance to new switchboard with new feeders. Phase 1 will require HVAC, electrical service, lighting, communications wiring, fiber optics, mass notification, fire protection and interior finishes. Work includes hazardous materials abatement. Contract duration is estimated at 366 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 07 July 2014 by 1:00 pm 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 - Interested construction firms must provide no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. The scope of services for similar projects will include project management and physical construction of new or renovation Armed Forces Centers, multifunctional office complexes, multi-functional education facilities, vehicle maintenance shops, warehouses, dormitories, administration offices, and lodging facilities with multi-story renovations. Additionally, the firm should be capable to provide Anti-Terrorism/Force Protection upgrades including blast resistant windows for successful contract performance. Projects similar in size will include new or renovation construction projects with a single building or multiple buildings with a combined total in excess of 20,000 SF. Construction of pre-engineered buildings does not count against the 20,000 SF. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Interested construction firms must present past experience as a prime contractor on projects of similar size and scope with: 1.Current percentage of construction complete and the date when it was or will be completed. 2.Scope of the project. 3.Size of the project. 4.The dollar value of the construction contract and whether it was design-bid build or design-build. 5.The type and percentage of the contract cost, excluding cost of materials, that was self-performed as 1) project and construction management services; 2.) physical vertical and horizontal construction by construction trade(s). 6.Identify the number of subcontractors by construction trade utilized for each project. 7.Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. Total submittal package shall be no longer than 8 pages. a. Projects similar in scope to this project include: New or renovation Armed Forces Centers, multifunctional office complexes, multi-functional education facilities, vehicle maintenance shops, warehouses, dormitories, administration offices, and lodging facilities with multi-story renovations. 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-HANGAR1-RENOVATION/listing.html)
- Record
- SN03409625-W 20140629/140627235520-0d933f1247912293dcd2b28747fa22a4 (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 |