SOURCES SOUGHT
Y -- DAFB Hanger
- 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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-17-B-DAFBHANGER
- Archive Date
- 1/20/2018
- Point of Contact
- Joseph R. Manney, Phone: 2156566763, Gregory C. Keaton, Phone: 215-656-3826
- E-Mail Address
-
joseph.r.manney@usace.army.mil, gregory.c.keaton@usace.army.mil
(joseph.r.manney@usace.army.mil, gregory.c.keaton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Army Corps of Engineers, Philadelphia District, is conducting market research to identify potential certified Small Business sources in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HubZone Small Business (HubZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability of performing Design-Bid-Build construction services for an Aircraft Maintenance Hangar, located at Dover Air Force Base, Delaware (a restricted access installation). The magnitude of this construction project will be between $25,000,000 and $100,000,000. DESCRIPTION: The proposed project is for the construction of a single bay, fully enclosed, fuel cell capable C-5 and C-17 Aircraft Maintenance Hangar, located at Dover Air Force Base, DE. The new facility will be constructed adjacent to the existing airfield. The structure will be comprised of approximately 84,176 square feet. The majority of the building area is dedicated to the dual function fuel cell/general maintenance hangar bay space while the remaining area includes office spaces, tool rooms, break room, toilet and locker facilities, and support functions such as mechanical, electrical, fire pump and telecommunications rooms. The project will utilize vertical lift fabric doors for the hangar bay. The project will require proper implementation of safety and security features to include but not limited to providing and installing blast resistant exterior windows and doors in the office/administrative areas and providing and installing a fire suppression system including a low level high expansion foam system. The project also includes related infrastructure such as parking areas, roads, utilities, and site improvements. The facility will require enhanced commissioning upon completion to validate energy performance and must obtain LEED Silver certification. The construction site is adjacent to an active military airfield and the contractor will be required to ensure site safety and to coordinate construction activities with airfield operations. Airfield operations will not be interrupted which could require after hours utility connections and/or scheduling weekend work. This will ensure current airfield functions are continuous and not disrupted during construction. The contract duration for construction is anticipated at approximately 540-calendar days. TYPE OF CONTRACT AND NAICS: This is a sources sought notice only. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $36.5 million. TYPE OF SET-ASIDE: N/A. The purpose of this solicitation is to identify potential certified Small Business sources. CONSTRUCTION MAGNITUDE: The magnitude of this construction project will be between $25,000,000 and $100,000,000. SUBMISSION: All interested Small Business contractors should respond to this survey by email no later than 5 January 2018 at 12:00 pm Eastern Time. Responses must include identification and verification of the company's small business status. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. The Capability Statements shall not exceed fifteen (15) pages, following the set format described below. Respondents must include references and a Capability Statement for at least two (2) completed projects within the last seven (7) years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. 1. REFERENCES. Each reference shall include the organization name and title, telephone number, and point of contact. 2. CAPABILITY STATEMENT. Provide evidence of sufficient available bonding capacity with the bonding company name, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The Capability Statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities: Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity. Of the projects submitted, all must be hangar facilities. For purposes of this Sources Sought, "relevant project" is defined as follows: A. Similar Size: A single facility 75,000 SF or greater. B. Similar Scope: New construction of an aircraft maintenance hangar on an active military installation with Federal Antiterrorism/Force Protection (AT/FP) requirements. C. Similar Complexity: C.1. Project(s) demonstrating the ability as the prime contractor to manage construction of an aircraft maintenance hangar project with clear spans in excess of 200-feet, on an active military airfield. C.2. Project(s) demonstrating experience relating to: the installation of a vertical lift fabric door; installation of a fire protection system to include low level high expansion foam system, and; performing enhanced commissioning of a building (per LEED requirements). C.3. Projects demonstrating ability to manage LEED documentation resulting in award of LEED Certification by the USGBC. Any other designation such as "Designed to Achieve," "In-Process" or "Self-Certified" will not be accepted. While the requirements listed under Complexity are mandatory, it is not required that all be included in one project. Requirements are allowed to be listed throughout the maximum five-project requirement. All responses shall include: (1) Numbers of contracts and indicate whether your participation as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the construction services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON 5 JANUARY 2018 BY 12:00 PM EASTERN TIME. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by email to the following address: joseph.r.manney@usace.army.mil. Questions or comments regarding this notice may also be addressed by email to joseph.r.manney@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-B-DAFBHANGER/listing.html)
- Place of Performance
- Address: Dover, Delaware, United States
- Record
- SN04768851-W 20171217/171215231213-9c2b3cf1b0cc85931f5d052eb5fefe9b (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 |