SOURCES SOUGHT
Y -- Renovation (Design/Bid/Build) of the Wing Headquarters, Bldg. 1850 at Westover Air Reserve Base, MA.
- Notice Date
- 12/19/2014
- 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-WINGHEADQUARTERS
- Response Due
- 1/7/2015
- Archive Date
- 2/17/2015
- Point of Contact
- Jesse Scharlow, 5023156183
- E-Mail Address
-
USACE District, Louisville
(jesse.e.scharlow@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 Wing Headquarters, Building 1850 at Westover Air Reserve Base, MA. Work will consist of the following: Replacing flooring, base cove, windows, ceiling grid and tiles, light fixtures, plumbing, HVAC upgraded throughout, electrical upgrades including mass notification system, secure/non-secure communication, PA systems, modify existing fire protection components, patching, repairing, and painting walls and replacing the existing flat roof with a new sloped roof. Renovation to be open office concept. A new entrance is to be created for the Wing Command and shall include skylights and monumental columns. This project includes a Comprehensive Interior Design (CID) with contractor purchasing and installing FF&E. Existing restrooms are to be renovated by replacing fixtures, flooring, lighting, and painting walls. New restrooms are to be added to the north and south wings. Abate asbestos prior to renovation. Exterior work will consist of replacing entire roof, installing gutters and downspouts in west wing and replacing damaged roof soffits and fascia areas with composite material, re-caulking and painting. Existing windows are to be replaced with blast resistant windows. As a part of this contract, the contractor will provide the required temporary facility(s) for the occupants of the facility being renovated during the period of renovation. This project shall incorporate applicable standards from the AFRC energy policy. Contract duration is estimated at three hundred and sixty five (365) days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 7 January 2015 at 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. 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. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Project management and physical construction of newly constructed or renovated Army Reserve Center or Armed Forces Training Centers, multi-functional office complexes, multi-functional education facilities, and administrative facilities, with multi-story renovations. Additionally, the firm should be capable of providing Anti-Terrorism/Force Protection upgrades including blast resistant windows for successful contract performance. b. Projects similar in size to this project include: New construction or renovation projects with a single building or multiple buildings with a combined total in excess of 18,000 SF. Construction of pre-engineered buildings does not count against the 18,000 SF. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. c. Based on the information above, for each project submitted, include: 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 percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6.Identify the number of subcontractors by construction trade utilized for each project. 5. 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. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil. If you have questions please contact Jesse Scharlow at Jesse.E.Scharlow@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-WINGHEADQUARTERS/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN03601691-W 20141221/141219235117-e193749e63a48f4edb33671accd07fa4 (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 |