Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOURCES SOUGHT

Z -- Renovate 2nd Floor Building 3613, Joint Base Andrews, MD

Notice Date
7/8/2020 8:31:42 AM
 
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
W912DR20B0021
 
Response Due
7/23/2020 9:00:00 AM
 
Archive Date
09/15/2020
 
Point of Contact
Michael J. Getz, Phone: 4109623455, Gary Faykes, Phone: 4109620192
 
E-Mail Address
Michael.J.Getz@usace.army.mil, Gary.Faykes@usace.army.mil
(Michael.J.Getz@usace.army.mil, Gary.Faykes@usace.army.mil)
 
Description
Title: RENOVATE 2ND FLOOR BUILDING 3613 at JOINT BASE ANDREWS, MD W912DR20B0021 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 renovation of 2ND FLOOR BUILDING 3613 at JOINT BASE ANDREWS, MD. 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 (NAB), has been tasked to solicit for and award �������for the renovation of the 2nd floor of building 3613 at Joint Base Andrews, MD. 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 is to renovate the 2nd Floor of Building 3613.� Remove several non-loadbearing walls to open up the NE side of the 2nd floor area. Install communications and data outlets throughout the open office area to accommodate workstations. Enlarge the Women�s Restroom to properly size for maximum of 20 female workers.� Replace all restroom fixtures in both men and women�s restrooms. Replace carpeting and floor tiles throughout the 2nd fl. Install new energy efficient exterior windows. Replace the existing HVAC system with an energy efficient properly sized system. Retrofit and strengthen exterior masonry walls to provide an adequate later-force resisting system. Repair roof with installation of standing seam sloped metal roof with framework over existing built-up roof. 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 $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 237990 � Other Heavy and Civil Engineering Construction, which has a small business size standard of $39,500,000.� 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, those requiring self-escorting, use of VHF radios, flight line driver�s license and experience with ramp freezes. 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 two (2) projects with similar scope of work and magnitude of construction within the past six (6) years. Provide one (1) project or separate projects demonstrating successful experience with self-escorting per JBAI 13-21, use of VHF radios, and experience with ramp freezes.� Please note, due to specific security requirements all items must be presented for consideration. One (1) project must demonstrate successful experience with the installation of an EPDM roof. 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) July 23, 2020. All responses under this Sources Sought Notice must be emailed to michael.j.getz@usace.army.mil and gary.faykes@usace.army.mil referencing the sources sought notice number W912DR20B0021. 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: Michael Getz via email � michael.j.getz@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f4e76ac86934bb9b8d765acf509b5ee/view)
 
Place of Performance
Address: MD 20735, USA
Zip Code: 20735
Country: USA
 
Record
SN05715386-F 20200710/200708230146 (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.