SOURCES SOUGHT
Z -- Renovation of Warehouse 11 DLA Richmond, VA
- Notice Date
- 10/25/2019
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-20-S-1001
- Archive Date
- 11/23/2019
- Point of Contact
- Allen S Brainerd, Phone: 7572017231, Dianne K. Grimes, Phone: 757-201-7839
- E-Mail Address
-
allen.s.brainerd@usace.army.mil, dianne.k.grimes@usace.army.mil
(allen.s.brainerd@usace.army.mil, dianne.k.grimes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT Renovation of Warehouse 11, DLA Richmond This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 236220. Project Description: This project includes the sustainment and repair of Building/Warehouse 11. Repairs include replacement of the roof membrane with a 60 MIL PVC reflected roof and insulation. Portions of the roof deck which are damaged will be replaced as part of the roof maintenance along with the associated gutters and downspouts. Historic window will be replaced and will be backed up with KALWAL translucent panels. Current lighting will be replaced with energy efficient fixtures that will function on an occupancy sensor to limit energy use. Power systems will be replaced as required to meet current code. Mechanical ventilation and HVAC systems will be refined to meet the current need of the facility. Restrooms will be updated to meet the current facility needs. The fire alarm will be updated to meet current code requirements. Brick, foundational walls, and concrete flooring will be repaired where cracking and spalling have occurred. Exterior work includes loading dock concrete repairs, replacement of dock bumpers and leveler, and the addition of handicap access. Small trenches will also be required to install the new grounding loop around the facility. The anticipated Period of Performance is 420 calendar days. The Contracting Officer has classified this requirement as Construction of Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. In accordance with DFARS 236.204(i), the magnitude of construction for this project is between $10,000,000 and $25,000,000. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought. Only interested, capable, qualified and responsive business contractors with the minimum capabilities (i.e. Refer to Project Description) are encouraged to reply to this Sources Sought announcement. The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute per the following: a. Must have experience renovating administrative and office space including bathroom areas b. Must have experience applying for and obtaining environmental permits c. Must have experience in the removal of mold, asbestos and lead-based paint from administrative spaces d. Must have previous work experience on a Department of Defense or Government installation It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information: General Information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 236220. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 3. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages and shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 4. Provide at least two (2) but no more than three (3) examples of successful projects similar to requirements described in the project description above that have been accomplished within the past five (5) years. Please demonstrate five (5) continuous years of successfully accomplishing this type of work at a similar contract value, in a similar scope. Projects involving Repairs and renovations of facilities (200,000-300,000 sf) that involve multiple architectural-engineering disciplines and multiple sub-contractors are considered to be similar in scope. Projects that are $10,000,000 or greater are considered to be similar in contract value. All submitters shall include point of contact information for work examples provided, and past performance on the projects, so that verification can take place. Submitters with unsatisfactory past performance may not be considered capable of successfully performing this type of work. DISCLAIMER - Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at Allen Scott Brainerd at allen.s.brainerd@usace.army.mil and a copy to Dianne Grimes at dianne.k.grimes@usace.army.mil. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. All responses to this announcement may be sent electronically to Allen Scott Brainerd at allen.s.brainerd@usace.army.mil Dianne Grimes at dianne.k.grimes@usace.army.mil and a copy furnished to Katherine.A.Huffmyer@usace.army.mil no later than 1:00 p.m., 08 November 2019. If you are unable to send the information via email, you may mail it to the address below. All mailed documents must include a return address on the outside of the envelope to be accepted. US ARMY CORPS OF ENGINEERS NORFOLK DISTRICT ATTN: MS. DIANNE GRIMES 803 FRONT STREET NORFOLK, VA 23510-1011 Contracting Office Address: USACE Norfolk District 803 Front Street Norfolk VA 23510-1011 United States Place of Performance: Richmond, VA Primary Point of Contact: Allen Scott Brainerd Contract Specialist allen.s.brainerd@usace.army.mil O: 757-201-7668 F: 757-201-7183 USACE District, Norfolk Secondary Point of Contact: Dianne Grimes Contracting Officer dianne.k.grimes@usace.army.mil O: 757-201-7839 F: 757-201-7183 USACE District, Norfolk
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-20-S-1001/listing.html)
- Place of Performance
- Address: Warehouse 11 DLA Richmond, Richmond, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN05483311-W 20191027/191025230525-a631912b3a8fb185288bfaaf5f378a7e (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 |