SOURCES SOUGHT
99 -- Renovation of Dock 4
- Notice Date
- 11/26/2019 11:41:46 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- W9128F20S0027
- Response Due
- 12/6/2019 1:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Phillip Wickham
- E-Mail Address
-
Phillip.L.Wickham@usace.army.mil
(Phillip.L.Wickham@usace.army.mil)
- Description
- Sources Sought Notice Identification Number: W9128F-20-S-0027This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $12M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.Responses are to be sent via email to phillip.wickham@usace.army.mil no later than 2:00 p.m. MST, 4 December 2019. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.Project Description:This is a fully designed project.The primary scope of work for Dock 4 at Minot AFB includes replacement of primary mechanical and electrical systems throughout the hangar. Improvements include the demolition and/or renovation of office and shop/support areas, as well as installation of new hangar fire suppression infrastructure. The overarching intent of this renovation is to bring the facility to current systems standards per UFC 4-211-01 and extend the dock’s service life for up to 25 years.Building 863 (Dock 4) at Minot AFB, ND is a single-bay B-52 Maintenance Hangar. Gross building area is approximately 26,795 SF. The facility contains a maintenance bay and a variety of shop, support, and administrative spaces. The original facility was constructed in 1962 and has been renovated several times since. The facility includes a wheel and tire shop, administrative spaces, and storage space. Building systems and spaces do not meet current criteria for the functions intended. While the primary scope of work requires repair of building systems; some renovation of the existing office, restroom, storage areas, maintenance areas and hangar bay are also required. Full testing and commissioning requirements will be a primary contractor responsibility at the completion of construction prior to being turned over to Minot AFB.Prior to renovation, building elements to remain will require full environmental hazmat remediation. Hazardous building materials identified for remediation include asbestos-containing materials (ACM), lead-based paint/lead-containing paint (LBP/LCP) and paints containing other heavy metals, polychlorinated-biphenyls (PCB) in electrical equipment and caulk, mercury in lamps and switches, di(2?ethylhexyl)phthalate (DEHP) in electrical ballasts, gel cell and lead acid batteries, ozone-depleting substances (ODS) in building equipment, and radioactive materials in exit signs and smoke detectors.Operationally Dock 4 is an important hangar for Minot AFB and tight contractor schedules shall be adhered to. The period of performance will be approximately 14 months and work will continue throughout the winter months until construction has been completed at Minot AFB. Submission Details:All interested, capable, qualified (under NAICS code 236220 Commercial and Institutional Building Construction) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages.Email responses are required.Please include the following information in your response/narrative:• Company name, address, and point of contact, with (h)er/is phone number and email address• Business size to include any official teaming arrangements as a partnership or joint venture• Details of similar projects and state whether you were the Prime or Subcontractor• Start and end dates of construction work• Project references (including owner with phone number and email address)• Project cost, term and complexity of job• Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIESComments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $12 MILLION.Telephone inquiries will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bcf7d21b9f57421e8ef1e74f6724d1ff/view)
- Place of Performance
- Address: ND-01, ND 58704, USA
- Zip Code: 58704
- Country: USA
- Zip Code: 58704
- Record
- SN05504239-F 20191128/191126231633 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |