SOURCES SOUGHT
99 -- Roudebush VA Medical Building 1 AHU Upgrades and Deficiencies Correction
- Notice Date
- 5/8/2020 5:57:34 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-RoudebushMedicalAHU
- Response Due
- 5/20/2020 11:00:00 PM
- Archive Date
- 06/05/2020
- Point of Contact
- Kelsie Hall
- E-Mail Address
-
kelsie.hall@usace.army.mil
(kelsie.hall@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 project scope of work consists of replacing/upgrading fifteen (15) air handling units at Building 1 of the Roudebush VA medical Center; Indianapolis, IN�.� Majority of the existing air handling units and associated control will be replaced in their entirety while others will be upgraded.� Roofing system repairs/replacement to match existing will be required in areas where units will be removed, relocated or installed in new locations.� Structural reinforcement will be necessary in preparation for new roof top units or where new unit sizes are different that the unit being replaced. Replace/upgrade will require phasing, coordination with other interior disciplines as necessary and using temporary HVAC equipment.� �Temporary roof protection will be required on all existing roofs.� �Other work includes:� recalibrating and reprogramming units, cleaning components, replacing unserviceable components and tying in new equipment with the existing Building Automation System (BAS).� Contract duration is estimated at 240 calendar days. The estimated cost range is between $5,000,000.00 and $10,000,000.00. NAICS code is 238220. 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 21 May 2020 by 2:00 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 90 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 involving the use of cranes and/or helicopters to�replace or upgrade air handling units in a healthcare, office, or manufacturing type facility, along with temporary units to mitigate downtime for a 24/7 active facility. b. Projects similar in size to this project include: Projects involving the replacement / upgrade of at least ten (10) roof mounted air handling units, of at least 17,500 CFM.� 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; 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 Kelsie Hall at Kelsie.Hall@usace.army.mil. If you have questions please contact Kelsie Hall at 502-315-66201 or Kelsie.Hall@usace.army.mil. 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/d5ea1b3f76e34c6d8f65854d017c9de1/view)
- Place of Performance
- Address: Indianapolis, IN 46202, USA
- Zip Code: 46202
- Country: USA
- Zip Code: 46202
- Record
- SN05652186-F 20200510/200508230152 (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 |