Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2014 FBO #4739
SOURCES SOUGHT

Z -- Design/Build - FY15 Soo Sustainability, Sault Ste Marie

Notice Date
11/13/2014
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Detroit, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
W911XK-15-R-0003
 
Response Due
11/28/2014
 
Archive Date
1/12/2015
 
Point of Contact
Robert Austin, 3132266819
 
E-Mail Address
USACE District, Detroit
(robert.w.austin@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Detroit District, is seeking potential firms that have the capability to provide design and construction services as part of a possible future Design-Build contract award that may be issued in support of an energy optimization project for government owned buildings in Sault Ste. Marie, MI. The work consists of, but is not limited to, the following: The majority of the project involves heating system and lighting upgrades to the Maintenance Support Building (MSB) located at the Soo Locks Complex. The MSB houses warehouse, shop and administrative spaces totaling approximately 60,000 sq. ft., constructed in 1942. The potential project includes the removal and replacement of the MSB steam heating system with a radiant heating system. The new heating system design shall utilize a combination of gas fired and hot water radiant heating components and new hot water boilers. The replacement heating system shall comply with the minimum efficiency requirements outlined in ASHRAE 90.1-2013. The existing steam supply lines have asbestos insulation and will require an Asbestos Hazard Abatement Plan, including work procedures and safety precautions conforming to Federal, State, regional, and local authorities. The current interior lighting in the warehouse area is mainly suspended T12 fixtures with magnetic ballasts controlled by manual switches. The lighting upgrade design shall utilize T8 fixtures with electric ballasts and a combination of wall and ceiling mount occupancy sensors for efficient control. The lighting design shall conform to the energy standards of ASHRAE 90.1-2013. This project will decrease energy consumption via natural gas and electricity. This is NOT a request for proposals. The purpose of this notice is to determine the interest, capability, and availability of qualified contractors to peform this work. The North American Industry Classification System (NAICS) code is 238220, which has a small business size standard of $15,000,000 in average annual receipts. The project requires knowledge of design build procedures, HVAC systems equipment and electrical lighting. The contract is expected to have a 9 month completion requirement. The estimated award date of the contract is May 2015. The estimated cost range of construction is between $500,000 and $1,000,000. All qualified companies are encouraged to respond (small business, service disabled veteran owned businesses, HUBZone firms, Woman Owned, 8(a) firms and large businesses). The response to this notice shall be in summary format. Do NOT send an SF 330. Responses shall include: 1. A fully completed Sources Sought Information Request Form (attached). 2. If applicable, identification and verification of the company as a Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business, subject to verification by the Small Business Administration. 3. A letter from the firm's bonding company verifying its total bonding capability of a minimum $1,000,000 (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Past Experience - A list of the last five similar projects completed, to include contract number, award date, dollar value of contract, project location, and point of contact with contact information. 5. Capacity to perform, to include geographic span, logistics complexity, and project size. 6. A statement indicating how much of the work would be self-performed by the potential prime contractor. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All firms regardless of business size that are interested in responding are invited to submit their information via email only to Detroit District Contracting at LRE-Quotes@usace.army.mil and robert.w.austin@USACE.Army.mil. Attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. Please submit responses no later than 5:00 PM Eastern time on November 28, 2014. Please reference quote mark SOURCES SOUGHT: FY15 Soo Sustainability quote mark in the subject line. Respondents will not be contacted regarding their submission or information gathered as a result of this Source Sought notice. The formal solicitation will be issued at a later date by a separate announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK-15-R-0003/listing.html)
 
Place of Performance
Address: USACE District, Detroit 477 Michigan Avenue, Detroit MI
Zip Code: 48226
 
Record
SN03572389-W 20141115/141113234455-bc05e91b85c51858dcb1bd99f5ece33c (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 |
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.