Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOURCES SOUGHT

99 -- Addition of Exterior Elevator - JSMC Lima, OH

Notice Date
4/21/2020 7:30:32 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-LimaExteriorElevator
 
Response Due
5/4/2020 11:59:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
Jessica Moss, Phone: 502-315-6179
 
E-Mail Address
jessica.k.moss@usace.army.mil
(jessica.k.moss@usace.army.mil)
 
Description
Limited site demo including concrete pavement and utility relocation, including tying in sanitary sewer to new elevator pit. Construction of a new 65' tall track-operated exterior freight elevator with 5000 lb. capacity. Walls to be constructed of insulated metal panels consistent with exterior of existing building. Construction of a reinforced CIP foundations and welded/bolted structural steel framing. Installation of a ductless heat-pump mini-split for the mechanical room, intake louvers for ventilation, and electric heater units for the elevator shaft.� An elevator sump-pump will be required in the pit, LED lighting installation, and Category 6 cabling installed for the control panel. All required electrical power cables installations and connections to the existing electrical power panels. At the time of bid submission, offerors are required to be registered in the Joint Certification Program (JCP) run by DLIS and must also submit verification that the company is US owned and personnel are US Citizens in order to be considered responsive for this Invitation for Bid (IFB) contract award.� JCP information can be found at http://www.dlis.dla.mil/jcp.� A US Certification Letter will be included with the IFB package. This information is not required when submitting a response to this market survey; however, will be required when responding to the future IFB. Contract duration is estimated at 182 calendar days. The estimated cost range is between $1,000,000.00 and $5,000,000.00. NAICS code is 238290. All interested Small Business, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email to Jessica Moss at Jessica.K.Moss@usace.army.mil on 05 May 2020 by 3:00 PM Eastern 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.� Projects similar in scope to this project include: Construction of a new 65' tall track-operated exterior freight elevator with 5000 lb. capacity to include elevator structure with a bolted/welded steel frame with insulated metal wall panels.� Site Demo and Utility relocation as well as electrical and mechanical requirements also necessary. Projects similar in size to this project include: Installation of a 65' tall 5,000 lb. capacity exterior freight elevator or greater. 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 percentage of work that was self-performed as project. 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 Jessica.K.Moss@usace.army.mil. If you have questions please contact Jessica Moss at (502) 315-6179. 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/7bfd757f55934b1ebb204fc5c7dd4572/view)
 
Place of Performance
Address: Lima, OH, USA
Country: USA
 
Record
SN05631444-F 20200423/200422060436 (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.