SOURCES SOUGHT
Y -- Repair Fuel Cell and Corrosion Hangar, B829; Repair Fire Pumps and Water Storage Tanks, B820
- Notice Date
- 12/15/2017
- 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-RepairsforBuilding820and829
- Archive Date
- 1/13/2018
- Point of Contact
- Glenn W. Moon, Phone: 5023156177
- E-Mail Address
-
glenn.w.moon@usace.army.mil
(glenn.w.moon@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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: B829 - Pressure wash exterior walls, repair and refinish exterior metal wall panels and seal seams. Replace exterior and interior doors, replace plumbing fixtures, HVAC, upgrade electrical system, breathing air systems, ventilation, and purge systems, and replace the entire foam fire suppression system. Upgrade fire protection system, upgrade interior bathrooms, renovate interior administrative and support areas to include paint wall, replace floor and ceiling finishes, repaint interior Fuel Cell dock structural steel. Total SF 40,200 SF between both buildings. B820 - Repair pump house, building 820 and existing fire protection water storage tanks outside of building 820. Work is to include but is not limited to removing corrosion on interior walls and repainting, replacing louvers, cleaning and painting interior and exterior water tanks, replacing exterior door, repairing overhead roll-up door, repairing plumbing, HVAC and upgrading fire protection system. Contract duration is estimated at 525 calendar 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, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 29 December 2017 by 10:00 AM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number 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: The scope of services for similar projects will include project management and physical exterior and interior renovation of hangars or facilities with complex systems. Projects need to demonstrate the repair of fire protection pump houses, rehab of water storage tanks, and replacement or installation of a hangar high expansion foam fire suppression systems. Demonstrate experience in industrial ventilation systems in at least one project. A brief description of successful HVAC system installation, balancing and commissioning must be provided. b. Projects similar in size to this project include: Projects at least 20,000 SF in total area. 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. 7. For completed projects, a description of warranty issues or concerns shall be provided. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. 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 glenn.w.moon@usace.army.mil. If you have questions please contact Glenn Moon at 502-315-6177. 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-RepairsforBuilding820and829/listing.html)
- Place of Performance
- Address: Joint Base San Antonio, Lackland, TX., lackland, Texas, United States
- Record
- SN04768803-W 20171217/171215231153-0cf350a45d9231bbc95f5e6b6021fa52 (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 |