Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
SOURCES SOUGHT

Y -- REPAIR UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH), BUILDINGS 2104 & 2111, FORT BELVOIR, VA

Notice Date
2/3/2020 8:25:12 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201 USA
 
ZIP Code
21201
 
Solicitation Number
W912DR20B0008
 
Response Due
2/18/2020 9:00:00 AM
 
Archive Date
03/04/2020
 
Point of Contact
Qiana Bowman-Spencer, Phone: 4109625613, Gary Faykes, Phone: 4109620192
 
E-Mail Address
qiana.l.bowman-spencer@usace.army.mil, gary.faykes@usace.army.mil
(qiana.l.bowman-spencer@usace.army.mil, gary.faykes@usace.army.mil)
 
Description
Title: REPAIR UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH), BUILDINGS 2104 & 2111, FORT BELVOIR, VA W912DR20B0008 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. �������������������������������������������������������������������������������������������������������������������������������������� The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential repair Unaccompanied Enlisted Personnel Housing (UEPH), Buildings 2104 and 2111, Fort Belvoir, VA By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. � PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and award construction services for the Repair Unaccompanied Enlisted Personnel Housing (UEPH) Fort Belvoir, VA. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB), Invitation for Bid (IFB) procured in accordance with FAR Part 14 Sealed Bidding. The project includes repair of two existing UEPH buildings, Buildings 2104 and 2111, at the intersection of Goethals Road and Gunston Road. There have been no major repair of building components or systems in the last 30+ years and the buildings have severely deteriorated. Work entails demolition of mechanical, electrical and plumbing fixtures, interior partitions, covered entries, and interior and exterior finishes; and abatement of asbestos containing materials (ACM) and other identified HAZMAT materials. Failing systems and components will be repaired, to include roofing, heating, ventilation, and air-conditioning (HVAC), electrical distribution, sanitary, fire alarm and suppression, building information systems, lighting and plumbing fixtures, exterior doors, windows, ceilings, flooring and floor coverings, kitchenettes, interior partitions and interior and exterior finishes. The living and communal areas will be repaired and modernized. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with DFAR 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000.00 and $25,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 236220 � �Commercial and Institutional Building Construction�, which has a small business size standard of $39,500,000.00.� Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Responders should address ALL of the following in their submittal: USACE seeks the contractor's ability to demonstrate the necessary experience, including subcontractors, on projects similar to that described above for similar services, including references of completed projects similar in scope and scale.� Similar projects include, but are not limited to repair/renovation of barracks buildings.� If the Offeror is a joint venture, mentor/prot�g� or utilizing an affiliate, at least two projects submitted within this factor MUST be experience representing the small business/prot�g� Prime Offeror.� This project MUST meet the requirements of the previous paragraph, and demonstrate experience in the elements as listed below. The following criteria must be considered to ensure the ability to perform the proposed work: Capability Statements should include information and details of a minimum of three (3) projects with similar scope of work and magnitude of construction within the past six (6) years. These projects must be of relevant scope and complexity and have either a minimum project size of 10,000 Building Gross Square Foot (BGSF) or demonstrate a minimum completion value of $5,000,000.00 considering adjustment for escalation from project completion to 2020. � At least one project must demonstrate experience with renovation in an administrative or dormitory/lodging facility. Building renovations, Mechanical/HVAC systems, Fire alarm systems, IT/Communications systems, Complete renovation/restoration of building systems, Construction of facilities on DoD facilities requiring compliance with UFC criteria, Administrative offices, training/conference rooms Dorm rooms, Restoration of building envelopes, exteriors or roofing repair. Commissioning in an occupied/operational critical services facility. � Lists, charts/matrices and bullets will not be accepted when indicated relevant elements.� Each element must have a description of how it meets the requirement (ex. AT/FP � For this project, regulation stand-off distances were used, bollards were installed, blast resistant windows were installed, etc.). Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity. � Responses must include the Offeror�s Name, Company address, CAGE Code, POC Phone number, POC email, and SAM information. Narratives shall be no longer than ten (10) pages. Comments will be shared with the Government and the project delivery team, but otherwise will be held in strict confidence. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: � THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) February 18, 2020. All responses under this Sources Sought Notice must be emailed to qiana.bowman-spencer@usace.army.mil and gary.faykes@usace.army.mil referencing the sources sought notice number W912DR20B0008. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Qiana Bowman-Spencer via email � qiana.bowman-spencer@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c0679fced2c04082beeca8c83b482e1f/view)
 
Place of Performance
Address: Fort Belvoir, VA, USA
Country: USA
 
Record
SN05550744-F 20200205/200203230147 (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 |
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.