Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2018 FBO #5976
SOURCES SOUGHT

Y -- General Repairs to Building 2263

Notice Date
4/2/2018
 
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, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G18R0052
 
Archive Date
5/5/2018
 
Point of Contact
Vernon N. Valigura, Phone: 8178861022
 
E-Mail Address
vernon.valigura@usace.army.mil
(vernon.valigura@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS For General Repairs to Building 2263 FORT SAM HOUSTON, SAN ANTONIO, TEXAS 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. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project for general repairs to historical building 2263 at Fort Sam Houston, San Antonio, Texas. Proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Small Disadvantaged, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Statement of Work: The Government is seeking qualified, experienced sources capable of performing a renovation on a historical facility. The renovation will include life safety improvements; repair of stairs, handrails and egress alteration; install new fire suppression and fire alarm system; replace exterior doors and windows; abate asbestos and lead based paint; upgrade telecommunications, HVAC and electrical systems; remodel restrooms; select roof repairs; repair exterior cement plaster system and paint exterior; repair all interior finishes; and improve drainage around building to allow storm water to flow away from the building. A temporary swing space will need to be provided during this project so that missions will continue while renovation occurs. The current condition of the facility has leaks associated with original historic windows and the roof. Leaks have cause damage to interior finishes. The current HVAC system has also damaged interior finishes when pipes have leaked. The building does not currently have any fire suppression system. The impact if not provided will mean that service members and DoD employees will continue to work in a deteriorated environment. Maintenance and repair costs will continue to rise, while keeping utilities' equipment in service beyond recommended replacement dates. In accordance with FAR Part 36, the estimated construction price range is more than $10,000,000.00. The Estimated duration of the project is 390 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. The Federal Supply Code (FSC) is Y1JZ. 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 their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. 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. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about July 2018, and the estimated proposal due date will be on or about August 2018. 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 6 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 STATEMENT OF WORK of the subject solicitation when it is issued. 3.Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project(s). 4.Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). 5.Firm's Joint Venture information if applicable - existing and potential. 6.Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 20 April 2018 at 2:00 p.m. CST 2018 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Vernon Valigura, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: Vernon.N.Valigura@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0052/listing.html)
 
Place of Performance
Address: Building 2263, Fort Sam Houston, San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN04874395-W 20180404/180402230708-81d10c9fdce204c991b2c8005a2d468d (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.