Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOURCES SOUGHT

Y -- Renovation of Building 48, Fort McNair, Washington, D.C.

Notice Date
6/8/2020 1:25:13 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR20B0009
 
Response Due
6/15/2020 9:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Qiana Bowman-Spencer, Phone: 4109625613, Tamara Bonomolo
 
E-Mail Address
qiana.bowman-spencer@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(qiana.bowman-spencer@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
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 capability statements from qualified Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, Service Disabled Veteran-Owned SB (SDVOSB) firms, Veteran-Owned Small Business (VOSB) firms, Historically or Underutilized Business Zones (HUBZones) firms and Women-Owned Small business firms (WOSB) interested in performing work on the potential renovation of Building 48 at Fort McNair. 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 Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of a RFP/IFB; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP/IFB, if any is issued. 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 synopsis. Responses to this notice are not offers/bids 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. In accordance with Federal Acquisition Regulation (FAR) 36.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $25,000,000.00 and $100,000,000.00. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39,500,000.00.� The Product Service Code for this procurement is: Y1AZ.� This will be a firm-fixed price construction contract, and it will be advertised as a Two-Step Invitation for Bid (IFB) in accordance with FAR 14.5. Prior Government contract work is not required for submitting a response to this sources sought synopsis DESCRIPTION: � A major Design-Bid-Build renovation of the 40,725 SF building is planned. Currently the building has three floors and a full basement. This is a historic, heavy timber framed building with a masonry exterior and slate roof constructed in 1906. This renovation includes removing a post-construction second floor addition and an Annex Building addition on the west side of the building and removing existing partitions and finishes. Work will also include, renovating/repairing the heating, ventilation, and air conditioning (HVAC) systems in the building, upgrading the thermal envelope to current energy criteria (exterior doors and windows will need to be replaced), replacing electrical systems, installing required life safety code improvements and an elevator. Life safety code improvements include, but are not limited to, emergency egress, fire suppression, fire alarm, and mass notification systems throughout the building, providing code-required fire hydrant coverage, and, if determined necessary, a fire pump. Also included are exterior repairs, storm water management and site restoration required after the Annex Building is removed. Foundation repairs, roof replacement, plumbing replacement, original floor reconfiguration, and site paving and landscaping will be required as well. This project will modernize Building 48. New work will include HAZMAT removal, new building finishes, ceiling, floor, and interior structural, mechanical, electrical, plumbing, Sensitive Compartmented Information Facility (SCIF), and communication network repairs. The building�s ceilings, floors, walls, and doors will be repaired to meet current structural and fire protection requirements. Repair of sidewalks, ramps, exterior stairwells, and entry thresholds is required to comply with ADA requirements. MARKET SURVEY AND EVALUATION CRITERIA: � Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Women-Owned Small business or Qualified Section 8(a) certified firms with single project minimum bonding capacity of $40,000,000 should submit capability statements to include the following information to support an evaluation of capabilities. Provide details of similar projects, dates of projects, statement of responsibility on project (s), project references (including owner with phone number and email address) and project cost and provide evidence for bonding for this project.� We are seeking prime contractors or first tier sub-contractors who can directly manage and successfully complete this project. Comments will be shared with the Government and the project management team, but otherwise be held in strict confidence. SUBMISSIONS: Responders should submit the following at a minimum in their submittal: 1. Firm�s name, address, phone number, and email address for a point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women- Owned Small Business (WOSB). 3. Percentage of work capable of being performed with your own forces and equipment - Directly. 4. A letter from the surety regarding the bonding capability for a single contract action and aggregate both expressed in dollars. 5. Provide three (3) examples of projects similar in scope, size, magnitude, and completed within the past three (3) years. Include at least one project that contained a secured facility renovation.� Include start and finish dates, cost of similar project and point of contract information for the examples provided, as past performance on indicated projects may be verified.� Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Total submittal shall be no longer than fifteen (15) pages in one (1) pdf file.� � � Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. 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 March 16, 2020. All responses under this Sources Sought Notice must be emailed to Contract Specialist, Qiana Bowman-Spencer @ qiana.bowman-spencer@usace.army.mil referencing the sources sought notice number W912DR20B0009. 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. *Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award.� Vendors must also be registered in SAM under the applicable NAICS code 236220 as indicated in the RFP/IFB to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0f1311bba83f41fba3278c7845bfa062/view)
 
Place of Performance
Address: Fort McNair, DC, USA
Country: USA
 
Record
SN05683813-F 20200610/200608230153 (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.