Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2022 SAM #7364
SOURCES SOUGHT

99 -- SOURCES SOUGHT - NUWC Building 82 Design-Build Renovation of Storefront

Notice Date
1/27/2022 7:33:23 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW22R0MKW
 
Response Due
2/10/2022 10:00:00 AM
 
Archive Date
04/29/2022
 
Point of Contact
Debbie Knickerbocker, Contract Specialist, Phone: 2067646804, Susan Newby, Phone: 2067646754
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, susan.f.newby@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, susan.f.newby@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING Design-Build Contract to renovate Building 82 storefront, located at the Naval Undersea Warfare Center, NUWC, Keyport, Washington. The proposed project will be a firm fixed-price construction project. For this potential project, 100 percent payment and performance bonds will be required. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published on the Official U.S. Government Website, Contract Opportunities (https://SAM.gov). Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms. In accordance with FARS 36.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $500,000.00 and $1,000,000.00. .�The North American industry Classification System (NAICS) Code for this project is 236220 - Commercial and Institutional Building Construction, with a small business size standard of $39.5M. Note for the purposes of this procurement, a concern is considered a Small Business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $39.5 million. PROJECT INFORMATION: This design-build renovation includes work to remove an approximate total of 80 windows and glaze/frame/casement of new windows with low Emissivity Glazing (low-E).� Project work includes finishing windows on inside, minor door replacements, and applying water resistant/proofing type finish to exterior masonry/cement building surfaces. This work will need to occur during building operations and require secure access to the area. Primary objective is for the replacement of twenty eight (28) aging windows on first and second floors of the south side and two (2) windows on the east side of the building. Existing windows are tinted with aluminum frame. New windows will be replaced with metal frame having thermal casings (outside & inside) and low-emissivity (low-e) double pane glazing. Windows will be replaced with metal frame having thermal breaks, casings (outside & inside) and low-e double pane glazing. Windows shall be modern but similar appearance of the existing windows. Some sections will be custom sized to accommodate the purpose of the immediate working or office spaces and to have window opening features. �Faux� window casements can be considered in some locations. �Also include extended warranties for both manufacturer and installation. Secondary Objectives include all or the combination for the following: the replacement all other windows (~52) on north and west sides; plus these other activities - remove east end 2nd floor overhead coiling door � fill and include window; provide window blind systems; install awnings for entrance doors; and applying water resistant/proofing type finish to exterior building surfaces to include the required environmental protections and surface preparations. SUBMISSION REQUIREMENTS Interested firms should submit a capabilities package limited to six (6) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address, CAGE Code and DUNNS number. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: Capability Statements should include a brief description and details of a minimum of three (3) projects with similar scope of work (design-build) and magnitude of construction within the past six (6) years.� Example projects must be of relevant design-build scope and complexity of the required work and demonstrate a minimum completion value of $800,000.00. Projects must demonstrate experience with renovation of storefront windows (glazing/framing/casement) and experience applying water proofing type finish to exterior masonry/cement surfaces. 4. Bonding company and limits: (1) Single Bond, (2) Aggregate NOTE: Contractor must be able to bond for the entire amount of the project. 5. CAGE code and DUNS number of your firm. 6. Firm's Joint Venture Information, if applicable. 7. Identify if your firm intends to team or subcontract any work under this requirement, and what is the anticipated percentage of work you are capable of in your own right and what percentage you are subcontracting? __Large Business (LB)____% __Small Business (SB) ____% __Small Disadvantage Business (SDB) ____% __Woman-Owned SB (WOSB) ____% __Veteran-Owned SB (VOSB) ____% __Service-Disabled VOSB (SDVOSB) ____% __Historically Underutilized Business Zone (HUBZone) ____% This research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Associations may be as joint ventures or as key team subcontractors. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 10:00 am (Pacific Standard Time) on Thursday, February 10, 2022. The responses should be forwarded to the attention of Debbie Knickerbocker, Contract Specialist, by email: Debbie.A.Knickerbocker@usace.army.mil. NOTE: Email size is limited to 20MB. Place of Contract Performance:�� ������ Naval Undersea Warfare Center (NUWC) Keyport, Washington 98345 United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5bfe86bd43249c5aef3aea8802fff29/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN06226968-F 20220129/220127230116 (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.