SOURCES SOUGHT
Y -- Design/Bid/Build, FY16 Renovation/Construction AFRL Administrative Offices, Located at Wright-Patterson AFB
- Notice Date
- 8/23/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-16-WPAFBadminOffices
- Archive Date
- 9/21/2016
- Point of Contact
- Lonniea Holman, Phone: 5023156179
- E-Mail Address
-
Lonniea.C.Holman@usace.army.mil
(Lonniea.C.Holman@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, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the Construction of approximately 17,000 square feet over three floors of new structure within an existing high bay building. Architectural finishes to support secure administrative private corporate level offices, conference rooms and open offices with systems furniture built to comply with ICD 705. New construction includes restrooms; HVAC, secure communication, fire protection, elevators and stairs. Renovation of 35,000 square foot to include abatement of limited asbestos; replacement of the entire HVAC system including Air Handling Units (AHU), chillers, boilers, duct work and grilles; upgrades to the electrical switchgear; replacement of all interior architectural finishes including paint, carpeting, lay-in ceiling pads and grid while partially inhabited. This project will be divided into two phases with a time period between to allow for government relocation. Significant temporary physical barriers, access control, and security systems will be required to create a continuous barrier between the work and the building occupants. Contract duration is estimated at 730 days. The estimated cost range is between $10,000,000 and $25,000,000. The NAICS Code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 06 September 2016 by 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 90% 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 scope and size. Please note in project description provided if the project includes construction of ICD 705 compliant areas. a. Projects similar in scope to this project include: Construction of a new multi-story Office Admin area within an existing occupied structure. b. Projects similar in size to this project include: Prefer experience with a minimum of 35,000 square feet. 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 type and percentage of the contract cost, excluding cost of materials that was self-performed as 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. 8. The portion and percentage of the project that was self-performed. 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 Lonniea Holman at Lonniea.C.Holman@usace.army.mil. If you have questions please contact Lonniea Holman at Lonniea.C.Holman@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-16-WPAFBadminOffices /listing.html)
- Record
- SN04236227-W 20160825/160823234722-7d7e3bdf7e698107abcd59295a1e4291 (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 |