SOLICITATION NOTICE
Z -- Renovation & New Construction at University of Central Florida Campus
- Notice Date
- 8/6/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127818L0025
- Archive Date
- 9/6/2018
- Point of Contact
- Kelly A. Hallstrom, Phone: 2516943872, Kyle M. Rodgers, Phone: 2516903356
- E-Mail Address
-
kelly.a.hallstrom@usace.army.mil, kyle.m.rodgers@usace.army.mil
(kelly.a.hallstrom@usace.army.mil, kyle.m.rodgers@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research and Sources Sought Notice for information on capability and availability of contractors to perform renovation, repair, and new construction for USACE customer in Central Florida. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business firms interested in a prospective procurement of construction, renovation, and repair services at University of Central Florida Campus in Central Florida. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates the construction for the Repairs of the Partnership Building V (formerly PB IVB) located in the Central Florida Research Park, adjacent to the University of Central Florida campus (UCF) in Orlando, Florida. This renovation project for Partnership Building V, 4th floor (30,000 sf), consist of the Build-out of Secure Area, Supporting Equipment Rooms & Visitor Control; CCTV system for Secure Area; structural floor improvements at Server equipment; Rooftop HVAC equipment supporting Server Rooms and related electrical, roof curbs, structural roof framing modifications, and roofing. The criteria for the physical security design and construction of the controlled area is Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities (Version 1.4) IC Tech Spec - for ICD/ICS 705, dated 28 Sept 2017. Refer to Chapter 1, Section R. Controlled Access Area Physical Security Criteria, Requirements & Application for more detailed information. Intent is to operate as an "open storage" facility for use and handling of collateral, secret, TS, SCI and SAP program level information. The cost of construction is expected to be between $5,000,000.00 and $10,000,000.00. Proposed construction duration of 360 calendar days. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36.5 million. Responses should include the following information and shall not exceed a total of eight pages: 1. Offeror's name, address, points of contact with telephone numbers and e- mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Description of capability to perform projects similar to that listed above, to manage subcontractors, to prepare and comply with various environmental and construction permits, and capacity to perform this contract in conjunction with ongoing construction contracts. 5. Describe projects of similar scope and magnitude as listed above that you have completed in the past five years and the quality of your performance. The past performance information should include project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email addresses: kelly.a.hallstrom@usace.army.mil and kyle.m.rodgers@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than August 22, 2018. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127818L0025/listing.html)
- Record
- SN05022174-W 20180808/180806231030-e113513fcad68b9036904d566254764c (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 |