MODIFICATION
Y -- Renovation and Building Repairs at Fort Leavenworth,Kansas
- Notice Date
- 4/18/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-14-R-4026
- Response Due
- 4/24/2014
- Archive Date
- 6/17/2014
- Point of Contact
- Traci A Davis, 8163892399
- E-Mail Address
-
USACE District, Kansas City
(traci.a.davis@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Synopsis announcement, for market survey information only, to be used for preliminary acquisition planning purposes. No proposals are being requested and none will be accepted in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Kansas City District has been tasked to solicit and award a Design-Build Solicitation primarily for the repair of multiple historical buildings. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this Market Research and Sources Sought Notice is to determine if there are adequate small business contractors to provide adequate competition to compete and perform a firm fixed price construction type contract. This Project is a Design-Build Project consisting primarily of repair of existing historical buildings. All buildings are located in Fort Leavenworth, Kansas. The repairs include both interior and exterior building components. In many cases, upgrades include bringing the renovated area up to the appropriate codes including fire codes as well as performing abatement operations. A furniture plan will be required in some cases. All buildings are located within the National Historic Landmark District Boundary. All analysis must include the identification of historically significant features and material. The design schedule will allow for sufficient time to coordinate reviews with the State Historical Preservation Office (SHPO). All designs shall comply with the current ACSIM guidance for High Performance Sustainable Building Design. Some buildings are occupied and will require the coordination of temporary swing space. The Project includes furnishing all procurement, installation, plant, labor, equipment, materials, and transportation and performing all required work to provide complete and usable facilities. A brief synopsis is provided for the repairs per historical building: 1.Three story building will involve construction of a new elevator, exterior gutter repair and waterproofing, finish out two new conference rooms in the basement, seal and paint exposed foundation walls and floor in basement; 2.Two occupied three story buildings will involve upgrade of HVAC, Fire Protection, Lighting, Electrical, Building Envelope, Plumbing, Communications, Intrusion Detection and Architectural Systems; 3.Renovation of main office area of two buildings to include the latrines and HVAC as well as improvement of security systems; 4.Three story vacant building will involve upgrade of HVAC, Fire Protection, Lighting, Electrical, Building Envelope, Plumbing, Communications, Intrusion Detection and Architectural Systems; 5.Upgrade of a single story and a two story building including HVAC, Fire Protection, Lighting, Electrical, Building Envelope, Plumbing, Communications, Intrusion Detection and Architectural Systems; 6.Partial electrical rewire of an occupied building; 7.Upgrade of a vacant building to include reconfiguring interior partitions, repairing HVAC, plumbing, electrical, building envelope, architectural and communications systems; 8.Repair make-up air system & replace exhaust systems in a building; 9.Repair switch gear and generator replacement for two buildings. Prior historical experience with construction of ranges of similar scope will be required. Estimated construction range: Between $25,000,000 and $100,000,000. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. The Small Business Size Standard for this acquisition is $33.5 Million. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Not all technical evaluation factors and subfactors have been established at this time. Past Performance will be evaluated. The following information is requested in this Sources Sought (SS): 1. Firm's name, addresses, point of contact, phone number, and e-mail address; 2. Firm's interest in providing a proposal on the pending solicitation once issued; 3. Experience: Evidence of capabilities to perform comparable work in the area of historical building repair on three recent projects (not more than five years old). Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, secure facility, phased renovation, etc.), completion date, total contract construction value, whether it was design-build or construction only, and your company's level of involvement in the project. Provide detailed description of your company's particular experience with structural upgrades of historic buildings for progressive collapse or seismic upgrades that comply with UFC 4-510-01. Please provide at least one point of contact (with email address and phone number) for each project for validation; 4. Firm's capability to perform a contract of this magnitude and complexity; 5. Firm's small business category and business size (Section 8(a), Historically Underutilized Business Zones (HUBZone), Women Owned, Service Disabled Veteran Owned Small Business (SDVOSB) and Historical Black Colleges and Universities/Minority Institutions (HBCU/MI)); 6. Firm's Joint Venture information, if applicable; 7. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company; 8. Briefly discuss the cost variations of completing this project as a whole or bidding by individual building repair. Would this affect your participation? Would this drive your cost up or down and if so then by what magnitude (5%, 10%, 15% or more)? Discuss any schedule advantages/disadvantages; Interested offerors shall respond to the Sources Sought Synopsis no later than April 24, 2014 at 2:00 PM (CST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Mail or e-mail your response to Traci Davis, Contract Specialist, 601 E 12th Street, Rm. 647, Kansas City, Missouri 64106. E-mail address: traci.a.davis@usace.army.mil. Email is the preferred method of delivery for responses to this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4026/listing.html)
- Place of Performance
- Address: Fort Leavenworth KS
- Zip Code: 66027
- Zip Code: 66027
- Record
- SN03342547-W 20140420/140418234427-d65c9ded581548b0e698b5a5dc597ddd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |