Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
MODIFICATION

Y -- WPAFB Facility 34024 Renovation

Notice Date
4/12/2018
 
Notice Type
Modification/Amendment
 
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-WPAFB
 
Point of Contact
Miriaha D Sigmon, Phone: 5023156852, Chase T. Willson, Phone: 5023153819
 
E-Mail Address
miriaha.d.sigmon@usace.army.mil, Chase.T.Willson@usace.army.mil
(miriaha.d.sigmon@usace.army.mil, Chase.T.Willson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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: Renovate existing Facility 34024 at WPAFB (approximately 46,616 SF in size). The facility supports the current Reserve Flight Line and the flight line's support shops, including administrative, training rooms, laboratories and storage. The current workload for the facility users, the 445th Maintenance Squadron (MXS), is to perform structural repairs of C‐17 aircraft. This includes a fabrication facility, machine shop, nondestructive inspection (NDI) shop, ultrasound, welding and composite repairs area. The project will include the renovation and modernization of portions of the interior and repair/replacement of portions of the exterior of the facility as well as decontamination of hexavalent chromium dust throughout the building through a combination of abatement, equipment replacement (HVAC equipment and ductwork; light fixtures) and encapsulation of hazardous materials generated by the shop activities in the past. Contract duration is estimated at 480 calendar days. The estimated cost range is between $5Mand $10M. 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 miriaha.d.sigmon@usace.army.mil by 19 April 2018 at 10:00am 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: Renovation of administrative spaces to include offices, Breakroom, Multipurpose, toilet rooms, shower and locker facilities. Also includes furniture, fixtures and equipment. Storage and Prep rooms to support cleaning and painting operations. Multiple spaces will need to deal with hazmat handling considerations. Renovation of spaces supporting blasting and sanding operations that are compliant with Unified Facilities Criteria (UFC 4‐211‐02) standards. Replacement of HVAC systems, specifically specialized ventilation requirements associated with a paint booth and sanding operations. Modification of lead shielding for an X-ray laboratory. Improvements to life safety egress configurations which will include new stairs and elevators. Exterior work to include the removal and fill‐in of unused windows with metal panels, replacement of metal panels on hangar doors and the closure of the joints between the door panels. b. Projects similar in size to this project include: Facilities greater than or equal to 30,000 SF 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 designbid 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. 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 constructiontype 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 miriaha.d.sigmon@usace.army.mil. If you have questions please contact Miriaha Sigmon at 502-315-6852. 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-WPAFB/listing.html)
 
Place of Performance
Address: 2475 K Street, Bldg 52, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04888105-W 20180414/180412231056-7008aa7f7e9598caafd6e583cdb73d4e (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.