SOURCES SOUGHT
Y -- Construction project for Design-Build of a 66 room, 25,000sf Dormitory at the Hanscom Air Force Base (HAFB), Bedford, MA
- Notice Date
- 2/9/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-15-X-0009
- Response Due
- 3/2/2015
- Archive Date
- 4/10/2015
- Point of Contact
- Raushanah Muhammad, 9783188478
- E-Mail Address
-
USACE District, New England
(raushanah.m.muhammad@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for a construction project for Design and Build of a 66 room, 25,000sf Dormitory at the Hanscom Air Force Base (HAFB), Bedford, MA to determine interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns. The NAICS code for this procurement is 236220. Design Work is expected to begin in January 2016 with construction commencing about 9 months after the start of design (i.e., 10/1/2016). All work, including site work and existing dorm demolition, is targeted to be completed by April 1st 2018. The estimated construction cost is between $10,000,000 and $15,000,000. Existing E1-E4 Airmen dormitories at the HAFB, Buildings 1510 and 1511, are rapidly deteriorating and require immediate replacement. Building 1510 and 1511 will be demolished as part of this project scope. The new dormitory will be a 3-story facility with 66 total bedrooms approximately 25,000sf. The current building design includes standard spread footings founded on rammed aggregate piers due to mixed, loose soils, with a traditional slab-on grade first floor slab. The proposed building superstructure will be load-bearing, reinforced, cast-in-place, insulated concrete exterior walls. Exterior wall finishes will be a combination of masonry veneer at the lower level and EIFS above. The roof will be a light-gauge metal frame carrying a sloped, standing-seam metal roof assembly with full perimeter gutters. The dormitory will have a full-coverage wet fire suppression system. The plumbing system will require standard construction techniques but will include water-saving fixtures for LEED compliance. There will be no site irrigation. Domestic hot water will be provided by a packaged solar hot water heating system with a natural gas backup. Space heating will be provided by fan coil units with VAV boxes. Chilled water for fan units will be provided by central air cooled chillers. Heating hot water for fan coil units and other terminal heating equipment will be provided by central high efficiency gas fired boilers. Some high load interior spaces may be cooled by electric DX air handling equipment. Ventilation air will be provided by a central energy recovery system and ducted to each fan coil unit. Electrical systems will include Hanscom standard power, communications and alarms. No dedicated emergency power will be required. The orientation of the building will be north-south such that the living quarters on either side of the central linear corridor will give all bedrooms and unit living areas partial access to day lighting (either morning or afternoon). The dormitory entry and common areas will be located at the south end of the building, to the north side of the access road to building 1548 (Fitness Center), convenient to parking and recreational fields. The dormitory will reuse, with new striping and handicap spaces, the existing parking lot to the east while maintaining current traffic patterns and does not add significant paving area or other impermeable surfaces. The design and construction will comply with multiple Air Force and DoD reference standards which include: Air Force Unaccompanied Housing Design Guide for E-1 - E-4 Airmen, the Hanscom Air Force Base Master Plan, the Hanscom Air Force Base Architectural Design Compatibility Standards, and the DoD ATFP Standards. The facility will be LEED Silver certified. Interested firms should submit a complete capabilities package to include, at the minimum, the following: business classification (i.e. small business) as well as demonstrating qualifications and experience with performing at least 3 projects involving design and construction of vertical structures of similar size and complexity within the last 10 years as well as relevant experience of the firm's current Project Managers, Superintendents, and other critical staff members. Please indicate the team subcontractor(s), including their prior experience and qualifications, which will be used to support the offeror's effort. Responses should also include proof of bonding capability and are limited to twenty pages. Responses are due March 1, 2015. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Contracts Branch, (R.Muhammad). Interested firms shall provide the above documentation in one original form or email a copy to raushanah.m.muhammad@usace.army.mil your email shall reference the Sources Sought Announcement Number W912WJ-15-X-0009 in the subject line. The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-15-X-0009/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN03637383-W 20150211/150209234859-86d8b21fd9c697fc40a5ea9961cf2750 (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 |