SOURCES SOUGHT
Z -- Sources Sought FT Leavenworth Bldg #664 Renovations
- Notice Date
- 6/3/2023 2:24:47 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC-FT LEAVENWORTH FORT LEAVENWORTH KS 66027-0000 USA
- ZIP Code
- 66027-0000
- Solicitation Number
- PANMCC-23-P-0000_018661
- Response Due
- 6/8/2023 12:00:00 PM
- Archive Date
- 06/09/2023
- Point of Contact
- Jennifer S. Walker, Phone: 913-684-1629, Robert M. Parvin, Phone: 9136841624, Fax: 9136841610
- E-Mail Address
-
usarmy.leavenworth.acc-micc.mbx.construction@army.mil, robert.m.parvin.civ@army.mil
(usarmy.leavenworth.acc-micc.mbx.construction@army.mil, robert.m.parvin.civ@army.mil)
- Description
- SOURCES SOUGHT FOR FLOORING REQUIREMENTS: Fort Leavenworth Department of Public Works Classification Code: Z2JZ Repair or Alteration of Miscellaneous Buildings NAICS Code: 236220 Commercial and Institutional Building Construction Set Aside: TBD PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT.� THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM. The information received will be used within Department of Public Works, Fort Leavenworth, Kansas to facilitate the decision-making process and will not be disclosed outside of the organization. �This announcement is not a request for proposals, but a survey of the market for potential sources. �No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. �This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. �Respondents will not be notified of the results of the evaluation. Directorate of Public Works, Fort Leavenworth, Kansas is seeking current relevant experience, personnel, and capability to perform renovations to the Harney Sports Complex project is a renovation of 3,200 SF renovation of two Locker Rooms, Pool Corridor and an ABA shower and Sauna relocation in the Base Bid, with the Entry Lobby/Vestibule. Architectural work will reconfigure some walls, block off a rear entrance to the locker rooms and expand the existing office. The new locker rooms will have all new lockers (HDPE), benches and toilet partitions. All new finishes will include 1,600 SF wall tile in the locker rooms and approximately 3,200 SF of epoxy quartz flooring and shower walls in the locker rooms and pool corridor and 1,000 SF of LVT in the lobby and office. New doors on hold-opens, a fire-rated window and expanded observation windows into the pool will be added (a Structural review will need to be provided to assure stability of the tall masonry wall being supported above). A new all-cedar Sauna will be built in the existing ABA toilet location and the ABA toilet will be relocated to an adjacent former Storage Room. The lobby will have a new 25-long L-shaped desk with internal lighting, solid surface tops and related millwork around and the adjacent office will be expanded. Plumbing will include replacement of about 140 feet of under-slab waste line to the manhole just outside the entry, along with above-slab waste line replacements behind toilet and lavatory fixtures.� All plumbing fixtures to be replaced including shower controls and heads, floor drains, toilets, urinals and lavatories. Some floor drains will be relocated, and clean-outs added, along with the addition of a new janitor�s sink directly above the ABA toilet in a 2nd Floor storage room.7 Mechanical work to include modified and upgraded ventilation, new diffusers and grilles, and two new in-line duct branch heating coils. Electrical work to include all new lobby lighting in new lay-in ceilings, as well as office and corridor lighting. Lighting will be reused along with patched ceilings the locker rooms. New lighting controls will be installed throughout along with some new data and power outlets. The work to be performed under this contract will be within the North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), with a corresponding Size Standard of $45 million. �The proposed contract will be through the completion of the projected estimated at 390 days after delivery of contract. �The disclosure of the of magnitude of this project is provided in accordance with FAR Subpart 36.204 (f) $1,000,000 and $5,000,000. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). �Please include the following information: 1. Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable.� For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/. 2. Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.� � 3. Experience: Submit a maximum of two (2) government or commercial contracts/projects your firm has completed in the last 3 years demonstrating your experience in specific skills in performing Architectural, Plumbing, Mechanical, and Electrical, Project Management and Quality Assurance. For each of the contracts/projects submitted, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the work provided by your firm. E-mail file may not be larger than 3 Mega Byte (MB).� Elaborate brochures or documentation, detailed artwork, or other embellishments are unnecessary and are not desired. Responses to this sources sought notice are sent to the attention of Mr. Robert Parvin and Ms. Jennifer Walker at the following e-mail address usarmy.leavenworth.acc-micc.mbx.construction@army.mil.� One copy of the submittal package is due no later than 2:00 PM (Central Standard Time) on Thursday, 08 June 2023.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd861fab79f849508baf2d6ca5305a89/view)
- Place of Performance
- Address: Fort Leavenworth, KS 66027, USA
- Zip Code: 66027
- Country: USA
- Zip Code: 66027
- Record
- SN06703414-F 20230605/230603230104 (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 |