Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOURCES SOUGHT

Y -- Construction demolition project at Hanscom Air Force Base (HAFB), MA

Notice Date
7/20/2018
 
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 England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ18X0039
 
Point of Contact
Alysha MacDonald, Phone: 9783188715
 
E-Mail Address
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing this Sources Sought Announcement for a construction demolition project at Hanscom Air Force Base (HAFB), Lexington, Massachusetts to determine the interest, availability, and capability of Small Business concerns as described below. The NAICS code for this procurement is 236220. The estimated demolition cost is between $1,000,000 and $5,000,000.00. The project is planned to be issued on or about 15 February 2019. Massachusetts Institute of Technology Lincoln Laboratory (MIT LL) is a Federally Funded Research and Development Center (FFRDC) chartered to apply advanced technology to problems of national security. The project scope of work described herein involves the demolition of 5 buildings in support of construction of a new Compound Semiconductor Laboratory and Microsystems Integration Facility on the MIT LL campus, which is located on Hanscom Air Force Base (HAFB), Lexington, Massachusetts. The proposed location for the CSL-MIF is presently a parking lot on a constrained site. Therefore, a laydown, staging and storage area will be created approximately one-quarter mile south of the CSL-MIF building location by the tear-down and removal (i.e., demolition) of five 1950s era buildings. The building demolition will involve approximately 5,258 square meters (approximately 56,600 square feet) of single and two-story buildings and the complete removal of associated building foundations and branch utilities within five feet of the foundations, and backfilling the foundation areas with suitable fill, grading and seeding. This work will require the abatement and management of hazardous waste, in the buildings, including but not limited to, asbestos and lead paint and other materials common to building construction of the 1950s. This project is on a secure DoD facility and involves sensitive information; all members of the contractor's team who work on this project must be US citizens and will be subject to a background check. Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, etc.) as well as qualifications of the Construction team and experience in performing the work requirements stated above. Firms should submit past demonstrated experience with a minimum of two examples of a demolition project, similar in scope, complexity and dollar value to this project that the team has performed. The examples should demonstrate capabilities beyond typical building demolition executed for small-scale building renovation work and shall highlight demonstrated experience with the large-scale demolition and hazardous materials abatement similar to the work described herein. Indicate the team's major subcontractor(s), including their prior experience and qualifications, which will be used to support the effort. The responses shall clearly identify the role (i.e., prime construction contractor, subcontractor, construction manager, etc.) of each party identified in the capabilities package for each project submitted. Responses shall also include proof of bonding capability. The Government anticipates including a definitive responsibility criterion in the solicitation and contract resulting from this market research. After bid opening, but prior to award, the apparent low bidder will be required to furnish documentation that demonstrates that the prime contractor or subcontractor responsible for the demolition has completed the following in the past 10 years: 1) Two demolitions (components or separate projects) where the total cost exceeded $2M dollars 2) Two projects where the total square footage of building demolition for each project exceeded 25,000 square feet 3) One project where the building demolition involved the abatement of asbestos containing material ("ACM") 4) One project where the building demolition involved the abatement and/or management of lead based paint One or more projects may be submitted to demonstrate this experience. To assist in our understanding of whether the market can meet this proposed definitive responsibility criterion, please demonstrate in your submittal in response to this Notice that your firm has the ability to meet this DRC. We welcome your comments on the appropriateness and ability of the demolition community to meet this proposed definitive responsibility criterion. Responses are due August 10th, 2018. Responses should be sent to Alysha MacDonald at Alysha.MacDonald@usace.army.mil. Responses are limited to 30 pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of 18 months from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0039/listing.html)
 
Place of Performance
Address: Hanscom Air Force Base, Lexington, Massachusetts, 02421, United States
Zip Code: 02421
 
Record
SN05001097-W 20180722/180720230910-fb9634b512df78a2af0292341566d63d (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.