SOURCES SOUGHT
Z -- U.S. Coast Guard - Base Kodiak – Building 20 Hangar Interior / Exterior Renovation Services.
- Notice Date
- 10/2/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
- ZIP Code
- 98174-1011
- Solicitation Number
- HSCG87-15-R-PJT000
- Archive Date
- 11/1/2014
- Point of Contact
- LeRoy W. Rushing, Phone: 2062207436
- E-Mail Address
-
leroy.w.rushing@uscg.mil
(leroy.w.rushing@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Sources Sought and is not a request for proposals nor does it constitute a statement of a current government requirement. The anticipated procurement is for Repair and Alteration of Building 20 at the United States Coast Guard (USCG) Base Kodiak, AK. This construction effort is anticipated to be a small business set-aside, but all interested parties are encouraged to submit capability statements. It is anticipated that this acquisition will result in one (1) firm fixed price contract. The anticipated magnitude of the awarded contract is between $5,000,000.00 and $10,000,000.00. The projected contract's period of performance is estimated to be 365 calendar days. The successful offeror will be required to provide all labor, material, supplies, transportation, supervision, and all other necessary items to demolish an existing hangar facility and construct a new interior as a standard construction delivery method (bid-build) in accordance with Government provided 100% construction design documents and specifications. The intent of the project involves work primarily on the east portion of Building 20 (a Historic WWII-era steel framed building, formerly used as an aircraft hangar). The interior of the structure, is an open space (interior finishes and building support systems were previously demolished). The building consists of a single story lean-to (proposed location for new shop spaces) and a high bay area (proposed location for an equipment and materials storage mezzanine). The building area affected is approximately 25,000 SF of open floor space, to be reconfigured into new shops, storage and office spaces. The work requires a full range of trades, specialties, and work elements; including: hazmat abatement, demolition, concrete foundations, structural steel and seismic repairs, interior construction, architectural finishes, equipment, HVAC, direct digital controls, electrical, fire protection/detection, minor site/civil work, and exterior building component repair/replacement. Due to the remote harsh environment, the work requires logistical expertise, expert quality control programs, and supervision/ coordination of all trades. Contractors will be required to perform and execute construction services utilizing trades in multiple disciplines for various types of construction renovation projects. Desired capabilities and qualifications include; - Expertise in construction related services. - Experience working in remote locations with harsh seasonal weather conditions. - Evidence demonstrating ability to work on projects of similar size, scope, magnitude, and complexity as the work described above. - Bonding capability up to $8,000,000.00. Interested contractors should respond by registering on the Interested Vendor List for this procurement. This notice is issued for the purpose of market research in accordance with FAR Part 10. All written responses must include a written narrative of capability, including technical information demonstrating the ability to meet the above requirements. The written narrative shall provide evidence of experience of at least 3 projects as a Prime contractor, similar in type and scope, substantially completed within the last 5 years; to include: project description, location, cost, points of contact and telephone numbers/email addresses. Please also provide if your business currently participates in an existing multiple award contract, or other contract vehicle with the Federal government which could potentially satisfy the requirement, please describe the contract vehicle, and points of contact in your response. The responses must be sufficient to permit agency analysis to establish a bona-fide capability to meet the requirement. Responses are limited to no more than 10 pages. Cover sheets, organization charts, and business size/classification documentation are excluded from the page count. Please provide in your response the firm's business size and classification. A positive statement of the firm's intent to submit a proposal for the anticipated contract solicitation as a Prime contractor is requested. Affirmative written responses must be received no later than 15 days after the publication of this notice. All questions regarding this notification shall be submitted in writing to Mr. LeRoy (Roy) Rushing via email at Leroy.w.rushing@uscg.mil. This is not a request for proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/HSCG87-15-R-PJT000/listing.html)
- Place of Performance
- Address: USCG BASE KODIAK, KODIAK, Alaska, 99619, United States
- Zip Code: 99619
- Zip Code: 99619
- Record
- SN03541078-W 20141004/141002235003-a340b9a500d01dda40e1d6b0896e1e96 (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 |