Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2015 FBO #4985
SOURCES SOUGHT

56 -- Demolition of Buildings 28 and 29, Federal Law Enforcement Training Centers (FLETC), Glynco, GA

Notice Date
7/16/2015
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524, United States
 
ZIP Code
31524
 
Solicitation Number
HSFLGL-15-B-00013
 
Archive Date
8/5/2015
 
Point of Contact
Melissa Koehn, Phone: 9122673468
 
E-Mail Address
Melissa.Koehn@fletc.dhs.gov
(Melissa.Koehn@fletc.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to identify qualified construction firms capable of providing all labor, material, equipment, transportation, supervision and quality control required for demolition of Buildings 28 and 29 at the Federal Law Enforcement Training Center, (FLETC), Glynco, Glynn County, Georgia. THIS IS NOT A SOLICITATION. THIS IS NOT AN ANNOUNCEMENT FOR PROPOSALS OR BID AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUCEMENT. The proposed demolition project consists of two 60' x 500' (or 30,000 square feet), buildings that are constructed of wood post and beam framing on concrete slab and built up roofing. The buildings are known to contain hazardous materials consisting of asbestos-containing materials (ACM) and lead-based paint (LBP). The contractor shall be responsible for obtaining all permits and notifications required for hazardous material abatement and disposal. Work includes, but not limited to: (1) field verification of existing conditions (2) abatement and disposal of ACMs and LBP (3) removal of at-grade concrete floor slabs, building footers, asphaltic concrete roadways, and asphaltic concrete parking lots and (4) stabilization and seeding of all areas disturbed by demolition. A separate bid item for deconstruction of wood components, which shall have all nails and other fasteners removed, and stockpile as directed by the Contracting Officer Representative (approximately 181 tons, this estimate is provided for informational purposes only, contractor to field verify), may be included in any resulting solicitation. A separate bid item for excluding removal of slab, footer and all asphaltic concrete roadways and parking lots, may be included in any resulting solicitation. The contractor is encouraged to reuse/salvage and recycle any material demolished as desired, this will be at the contractor's expense and will not be included as part of any resulting contract. The contractor shall follow all Federal, State and Local codes for demolition and disposal of structures. The estimated construction period is 90 calendar days (after receiving notice to proceed). The NAICS code for this project is 238910, Site Preparation Contractors. The Small Business Size Standard is $15.0 Million. The estimated price range for this project is between $1.0 Million and $2.0 Million. FLETC anticipates to ultimately award a Firm Fixed Price (FFP) construction contract in September 2015. Interested sources are invited to respond to this sources sought announcement. All proprietary information not to be disseminated in Government documents must be clearly defined. Responses for this Sources Sought are to include information stated below: 1. Name and Address of Company. 2. Point of contact with telephone number and email address. 3. Business Size and socio-economic program, HUBZone, 8(a), SDVOSB, etc. 4. Confirm SAM registration, provide CAGE code and Duns Number. 5. Provide information concerning your experience on at least 3 completed or substantially completed projects within the last 5 five years (May 2010 - May 2015), relevant projects of similar size, scope, and complexity, including a description of the project, construction cost and completion date. Projects provided shall list the name and address of the point of contact. These should be contracts awarded to your company as the prime contractor. (If you do not have such experience, list experience you believe is directly relevant and explain in no more than one paragraph per project why it should be considered). 6. If your company was not the prime contractor for the projects provided, state your company role and percentage of the work your company completed on the project. 7. State if you are affiliated with any other Small Businesses, Joint Ventures or have a formal partnership agreement. Provide the name(s) of these companies. Negative response is required if this does not exist. 8. Provide information concerning your past performance on the relevant projects that are submitted, and provide information demonstrating satisfactory performance, and contact information for references. 9. Provide your bonding capacity for both a single contract and aggregate capacity. Provide letter from the Surety on letterhead. This letter should clearly identify the business size: large business or small (if small indicate which if any of the following Federal Government sub-categories apply to your company: 8(a) certified Small Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, Woman Owned Small Business). 10. Provide any additional general comments or input for this requirement, as your firm deems applicable. This is a Sources Sought Announcement, no evaluation letters and/or results will be issued to the participants. DHS will use the information provided for technical and acquisition planning. If adequate numbers of responses are received from technically qualified 8(a), HUBZone, or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on a set-aside basis. Analysis of the quantity and quality of responses to this sources sought synopsis will be heavily weighted in the market research being conducted and in the making of any small business set-aside determination for this requirement. This synopsis is for information and planning purposes and is not to be construed as commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to the Sources Sought or Government use of any information provided. When available, the resultant pre-solicitation notice and solicitation will be posted at this website, www.fbo.gov. Please respond to this announcement by 5:00 p.m. Eastern Time on 07/21/2015, no more than ten (10) typewritten pages. The information may be submitted preferably via email to the Contract Specialist at melissa.koehn@fletc.dhs.gov or faxed to Melissa Koehn at 912-267-3468. The subject line of the email shall state Demolition, Buildings 28 & 29, Glynco, GA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLGL-15-B-00013/listing.html)
 
Place of Performance
Address: 1131 Chapel Crossing Road, Glynco, Georgia, 31524, United States
Zip Code: 31524
 
Record
SN03799828-W 20150718/150716235535-f0372c4689965cc525a3edf08aa1dafe (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.