Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOURCES SOUGHT

Z -- Building 51450 & 51451 Renovation, Fort Huachuca

Notice Date
6/24/2022 1:54:36 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
W912DR22B0019
 
Response Due
7/11/2022 11:00:00 AM
 
Point of Contact
Charles Boswell, Phone: 4439861043, Patricia Morrow
 
E-Mail Address
charles.m.boswell@usace.army.mil, patricia.l.morrow@usace.army.mil
(charles.m.boswell@usace.army.mil, patricia.l.morrow@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE BUILDING 51450 AND 51451 RENOVATION, FORT HUACHUCA, AZ 85613. W912DR22B0019 1. General: This is a SOURCES SOUGHT NOTICE and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. There will not be a solicitation, specifications, or drawings available at this time. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. 2. Contract Information: The U.S. Army Corps of Engineers (USACE), North Atlantic Division, Baltimore District (CENWP) is going to solicit using Invitation For Bid (IFB) procedures for renovation of Building 51450 and 51451, on Fort Huachuca. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. The purpose of this Sources Sought 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), Service Disabled Veteran Owned SB (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Large Businesses are not excluded from responding to announcement; however, Small Business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. Point of Contact for small business questions or assistance is the Baltimore District Deputy for Small Business, Tamika Gray at (410) 962-2587 or tamika.gray@usace.army.mil 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Government is seeking qualified, experienced sources capable of Antiterrorism Force Protection (ATFP) Compliance and UFC Criteria. The Contractor should show experience with the renovation of former work classified building pertaining to complete interior renovation of military installation building and commercial construction for administration use. 4. Project Description: This requirement will be for the renovation of two buildings (51450 & 51451), construction of a new parking lot and demolition of 4 buildings at Fort Huachuca located in Sierra Vista, AZ. Building 51450 is 8,280 GSF and Building 51450� is 6,960 GSF; both were built in 1969 as compact item shops are in need of major renovations. The buildings will be fully modernized. Structural work is limited to providing lintels for new openings in bearing walls, concrete infill of slab on grade openings, framing for new mechanical roof openings, and a new concrete ramp to Building 51450. Complete new HVAC systems will be provided for both buildings. All new plumbing systems will be provided with low flow water saving fixtures. Domestic hot water will be provided by an instantaneous gas heater in each building. Existing service transformer, feeders to service boards, and existing switchboards will remain for both buildings. All conduit, conductors, light fixtures, wiring, devices, and panelboards fed from service boards will be removed and replaced. A complete new structured cabling system will be provided. The buildings will meet or exceed requirements of UFC 4-010-01 for existing buildings within a controlled perimeter. The renovations will be compliant with UFC 1-200-02 High Performance and Sustainable Building requirements. Demolition involves gutting the interiors of both buildings and leaving only bearings walls, floor slabs, and roof structures. Additionally, adjacent buildings 51449, 51452, 51453, and 51454 are to be removed. The site encompasses approximately 3.3 acres. Parking will be provided for a total of 96 vehicles; this includes 86 POV, 4 ADA and 6 GOV (screened from view). New site walkways and egress paths will also be provided. The project will require the contractor to have an approved facility site clearance, and a DD 254 will be provided during the solicitation phase. Estimated duration of the project is 1-year. The Magnitude of Construction for this project per FAR 36.204 Disclosure of The Magnitude of Construction Projects (g) Between $10,000,000 and $25,000,000 The North American Industry Classification System code for this procurement is 236220 � Commercial and Institutional Building Construction with a small business size standard of $39,500,000. Federal Service Code: Z1JZ - MAINTENANCE OF MISCELLANEOUS BUILDINGS 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127DR22B0019 BUILDING 51450 AND 51451 RENOVATION, FORT HUACHUCA. Please send to Charles Boswell, Contract Specialist, at charles.m.boswell@usace.army.mil by 2:00 pm Baltimore Time 11 July 2022. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. Interested sources shall submit a qualifications statement demonstrating their ability to perform work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. Interested sources shall submit the following: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and/or Service-Disabled Veteran-Owned Small business (SDVOSB). Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. Provide at least three (3) example projects similar to the project description above completed by the interested prime contractor in the last five years. Projects shall be no less than $10M. Include point of contact information for the examples provided in order for the Government to verify the past performance on indicated projects. The Government may verify information in CPARS or PPIRS. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Total submittal shall be no longer than ten (10) pages in one .pdf file or word document 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in Federal Business Opportunities. However, responses to this notice are not adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7fb175f0988647a88c5e2d63168d44b1/view)
 
Place of Performance
Address: Fort Huachuca, AZ 85613, USA
Zip Code: 85613
Country: USA
 
Record
SN06369199-F 20220626/220624230103 (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.