SOURCES SOUGHT
Y -- Joint Base MDL Construction Project
- Notice Date
- 5/18/2018
- 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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-18-S-0018
- Point of Contact
- Nicole C. Fauntleroy, Phone: 9177906139
- E-Mail Address
-
nicole.fauntleroy@usace.army.mil
(nicole.fauntleroy@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified small business firms, having the capability and bonding capacity for the following effort. Each of the listed proposed projects will be awarded separately. These are the proposed projects and a brief scope: (1) Add/Alter Bldg. 2319 for Boom Operator Trainer - construct an addition to house new trainers. Construction will include reinforced concrete foundations; floor slab, brick veneer with cast concrete accent exterior wall; a standing seam metal roof and roll-up door(s). Alteration work will include interior utilities, walls, mechanical, electrical, communication upgrades & connections. Included will be a parking lot; pavements, relocation of a fuel lines & other supporting work. The magnitude of this project is between $5,000,000 and $10,000,000. (2) Add/Alter Bldg. 2324 for Regional MX Training Facility - Construction includes an addition using reinforced spread footings, concrete floor slab, structural steel frame with brick veneer and a standing seam metal roof. The project includes all utilities, site improvements, pavements, communications infrastructure & all other supporting work. The magnitude of this project is between $10,000,000 and $25,000,000. (3) Alter Facilities for Maintenance - This project consists of alteration to four bldgs. The renovated space will provide storage & shop areas. Construction work will include removal of hangar doors, frame rough opening & install siding & overhead doors; painting, concrete masonry installation; lighting; flooring; spaces for shop functions; restrooms, HVAC, plumbing, sheetrock, communication & electrical replacement or upgrades. The magnitude of this project is between $5,000,000 and $10,000,000. (4) Alter Bldgs. For OPS & TFI AMU/AMXS - The project consists of five bldg. renovations; the construction will be phased as certain facilities are completed, others may be started. Alteration work includes replacement of HVAC components, replacement of major/secondary electrical components, reconfiguration of interior walls, lighting, plumbing, fire suppression systems, and installation of exterior canopies. The project includes demolition of two existing facilities. The magnitude of this project is between $5,000,000 and $10,000,000. (5) Alter Apron & Fuel Hydrants - Alter existing aircraft parking apron pavements and fuel hydrants as required to support the bed down. Construction will include the reconfiguration of aircraft fuel hydrant pits as well as associated fuel infrastructure and apron pavement to support KC-46A aircraft. The project includes pavement striping, installation of nose gear mooring points and all other supporting work necessary. The magnitude of this project is between $5,000,000 and $10,000,000. (6) Airfield Apron, Taxiway & Support Facilities - Work includes the construction of a concrete parking apron expansion for additional aircraft and relocates several small facilities displaced by the apron expansion. The scope includes an addition to the existing Hangar and interior repairs & renovation work. The project also includes demolition of a facility to clear the project site. Supporting scope includes: site preparation; paving, site improvements, landscaping, airfield signage, reflective materials, parking, additional flight line security fencing, grading, electrical & mechanical utility upgrades. The magnitude of this project is between $10,000,000 and $25,000,000. Responses to this Sources Sought will be used by the Government for market analysis only, as an aid in its making of the appropriate acquisition decision(s); such as, use of a small business set aside or full and open competition. These projects are planned for advertisement in July/August 2018 and award between 30 Sept & 30 Dec 2018. If qualified firms do not respond to this Sources Sought Notice the project may be acquired under full and open competition. Contract duration is estimated at approximately 365 - 540 calendar days for each separate project. The North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. The SBA size standard is $33.5 million in average annual receipts. The estimated construction cost for these projects are between $5,000,000 and $25,000,000 per project. All interested businesses should notify this office in writing by mail or fax and provide a response to the questions below: (1) Prior Construction Performance - Submit a brief description two past performed projects, completed in the last seven (7) years (turned over to the customer), that were construction of either a multi-trade repair or renovation to an existing facility, or a new building construction, that you were awarded and executed as a Prime Contractor. (2) Provide a statement verifying the Prime Contractor is capable and will perform twenty (20%) of the work and indicate the type of work to be self-performed by the Prime Contractor. (3) Provide identification and verification of the company as an SBA certified Small Business for NAICS Code 236220. (4) Provide CAGE Code and DUNS Number (5) The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed above. All interested businesses should submit their responses in writing by mail or package delivery service. The due date for responses is 4 June 2018, 02:00 PM EST. Send responses to: U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 Attn: Nicole Fauntleroy, New York, NY, 10278-0090 This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply directly to interested firms.. Submittals will be used for market survey information only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-S-0018/listing.html)
- Record
- SN04927993-W 20180520/180518230533-d2d214f9562f90422dfd98555ecc20bc (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 |