Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOURCES SOUGHT

Y -- Consolidation of Buildings 315, 320, and 450 for the Portland Air National Guard, Oregon

Notice Date
2/12/2020 5:30:31 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-ConsolidationForPANGBuildings315-320-450
 
Response Due
2/26/2020 7:00:00 AM
 
Archive Date
03/12/2020
 
Point of Contact
Glenn W. Moon, Phone: 5023156177
 
E-Mail Address
glenn.w.moon@usace.army.mil
(glenn.w.moon@usace.army.mil)
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design, bid, build requirement. Building 320: Purpose of the project is to renovate and reconfigure entire facility including removal of interior walls to create open spaces. Install storage mezzanine over chute packing area. Repair by replacing the HVAC system including ductwork and controls, electrical distribution system to include lighting and electrical outlets. Replace fire alarm, detection, and emergency lighting to meet current codes and standards. Replace ceiling tile, floor tile, carpet, windows, and doors and paint all walls. Non-structural renovation of the restrooms, including replacement of existing plumbing finishes and surface finishes, Repair or replace internal roof gutters. Replace exterior windows. Add freestanding external covered storage. B315:� Purpose of the project is to renovate the 18,000 Square Feet Building by removing interior walls to provide an open office concept. Replace HVAC, ductwork and controls, light fixtures, fire alarm system, and electrical outlets. Replace floor tile, carpet, ceiling tile and interior doors, restroom plumbing fixtures and surface finishes, Repair or replace internal roof gutters. B450:� Purpose of the project is to construct a 10,500 SF standing metal seal roof canopy cover for the equipment yard immediately behind Building 450, 304 Logistics and Equipment Storage Facility. The work includes pavement striping and signage for parking and routing of equipment throughout the yard, also includes light fixtures and 120 volt electrical outlets underneath the canopy. Contract duration is estimated at 623 calendar days. The estimated cost range is between $5.0 Million and $10.0 Million. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 26 February 2020 by 10:00 AM Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.� a. Projects similar in scope to this project include: Projects considered similar in scope are Renovation of Squad Operation Facilities, Renovation Projects including design, reconfiguration and renovation construction of interior, HVAC, electrical systems, intrusion detection systems, access control systems, Fire Alarm Systems, ATFP requirements and supporting facilities/systems, Replace ceiling tile, floor tile, carpet, windows, and doors and paint all walls. Non-structural renovation of the restrooms, including replacement of existing plumbing finishes and surface finishes and construct a standing metal seal roof canopy cover which includes pavement striping and signage for parking and light fixtures. b. Projects similar in size to this project include: 17,500+ square feet for the Renovation Requirements and 7500 SF for the metal roof canopy design and construction. c. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project.� Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Glenn.W.Moon@usace.army.mil. If you have questions please contact Glenn Moon at 502-315-6177. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fdcf3d36ba574bf99b99c7060b9bae55/view)
 
Place of Performance
Address: Portland, OR, USA
Country: USA
 
Record
SN05561391-F 20200214/200212230159 (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.