SOURCES SOUGHT
Z -- Repair Dormitory B776, Sheppard AFB
- Notice Date
- 11/2/2016
- 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, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-17-R-0012
- Point of Contact
- Pun Chittchang, Phone: 9186697544, Brian Hutchison, Phone: 9186697426
- E-Mail Address
-
punnie.chittchang@usace.army.mil, brian.c.hutchison@usace.army.mil
(punnie.chittchang@usace.army.mil, brian.c.hutchison@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a dormitory renovation. Options for this work include 1) a competitive, firm-fixed price, design/build contract procured in accordance with [FAR 15, Negotiated Procurement using "Lowest Price, Technically Acceptable" process. 2) a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. 3) a negotiated task order on an existing Indefinite Delivery Indefinite Quantity contract. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), women-owned small business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and ED/WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing renovation/repair of a 195,000sf dormitory at Sheppard AFB, TX. The dormitory at building 776 requires multiple repairs and a critical HVAC upgrade. This 1975 construction facility requires replacement of selected HVAC system components including the 220 ton chiller, FCUs, 250 ton cooling tower, supply diffusers, pumps, and latrine exhaust fans. This project also includes integrated direct digital controls and converting the existing 2-pipe system to a 4-pipe system for better compatibility with installation's geographical area and climate. This dormitory requires the replacement of all domestic water, sanitary sewer, and natural gas lines in order to adequately meet resident demand and to ensure sufficient water line pressure and water drainage. To support this requirement, additional sanitary sewer laterals and tie-ins are included in the project. Replacement components will be adequately sized to meet projected volume needs in support of facility resident usage. Due to the facility's known presence of asbestos containing materials (ACM), abatement of some areas will be required to complete project. This project also includes the replacement of selected interior finishes including wall painting, ceiling coverings, and selected ceramic wall and floor tiles. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000 The North American Industry Classification System code for this procurement is 236220 (Commercial and Institutional Building Construction) which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 15MAY2017, and the estimated proposal due date will be on or about 15JUN2017. Planned date of award is 18AUG2017. If the acquisition decision for this action is to award a competitive contract, the official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Minimum requirements for this project would include renovation or repair of a dormitory or similar-use structure of at least 150,000sq, with project cost of at least $10M. Two other projects of at least $5M requiring similar renovation or repair. At least one project must include major HVAC system replacement. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM CST on 16 November 2016. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to punnie.chittchang@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-R-0012/listing.html)
- Place of Performance
- Address: Sheppard AFB, Texas, United States
- Record
- SN04318835-W 20161104/161102234634-9cd4ec15afbf904b74c6720c1e16538d (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 |