Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOURCES SOUGHT

Y -- Renovate 60C Low Roof Area

Notice Date
2/21/2018
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-B-0014
 
Archive Date
3/22/2018
 
Point of Contact
Jaime C. Scott Howard, Phone: 7572017158, Joy M. Wright, Phone: 7572017145
 
E-Mail Address
jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil
(jaime.c.scott@usace.army.mil, joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice only; it is not a request for competitive proposals. There is no solicitation, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 236220. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Renovate 60C Low Roof Area project at DLA / DSCR, Chesterfield County, Richmond, Virginia. The project will provide renovations to the low-roof building addition to Warehouse 60, called "60C." It was built in 1953, and is a concrete masonry addition that was used as administrative space, and has been unoccupied for several years. This addition abuts Warehouse 60 and is approximately 6,400 square feet in size. Building 60C has direct access into Warehouse 60 and has entrances onto the loading platforms on both sides. The project renovations include private offices, customer service area, open cubicle workstations, conference space, training space, breakroom, and bathroom work. The building systems such as plumbing, electrical, and fire protection are aging, substandard for current uses, and not in compliance with current building, life safety, and accessibility codes. The building's envelope consists of single wythe painted CMU and single pane windows resulting in poor energy efficiency in accordance with today's standards. The area shows evidence of moisture intrusion which has caused damage to interior finishes and other building components. The interior gypsum walls, carpet and other porous materials exhibit black mold growth. Removal of these materials, as well as mold remediation of semi-porous materials such as wood and CMU and non-porous materials that remain is required. Asbestos and lead paint are also present on the interior of the building and must also be abated prior to construction. The area must be made handicapped-accessible in accordance with the current standards of the Architectural Barriers Act (ABA), and must be made compliant with all current ATFP standards, including UFC 4-010-1. The project includes normal sustainability requirements, and also includes a Furniture Package that must be provided. The anticipated period of performance is 240 calendar days. This Sources Sought anticipates the need for a laydown area for the project. The project is located on the west side of the larger Warehouse 60 on the DLA / DSCR facility and such areas should be available for work during regular working hours (7:00am to 4:30pm). No holiday work is anticipated. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction - North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this source sought. The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute per the following: a. Must have experience renovating administrative and office space including bathroom areas b. Experience applying for and obtaining environmental permits c. Must have experience in the removal of mold, asbestos and lead-based paint from administrative spaces d. Must have previous work experience on a Department of Defense installation e. Must have experience in Furniture selection and installation All interested capable, qualified and responsive contractors are encouraged to reply to this Sources Sought announcement. It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information: General Information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 236220. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 3. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages and shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 4. Provide two (2) or three (3) examples of successful projects similar to requirements described in the project description above, that have been accomplished within the past five (5) years. Please demonstrate five (5) continuous years of successfully accomplishing this type of work at a similar contract value, in a similar type of location. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. All submitters shall include point of contact information for work examples provided, and past performance on the projects, so that verification can take place. Submitters with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at jaime.c.scott@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. All responses to this announcement may be sent electronically to jaime.c.scott@usace.army.mil with copy furnished to joy.m.wright@usace.army.mil no later than 1:00 p.m. (EST), 07 March 2018. Limit capability briefing package to 10 pages. Email is the preferred method when receiving responses to this synopsis. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0014/listing.html)
 
Place of Performance
Address: Defense Supply Center Richmond (DSCR) - Warehouse 60/Area 60C, Chesterfield, Virginia, United States
 
Record
SN04829883-W 20180223/180221231537-be816672c52466296bfb33e4022351ca (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.