Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOURCES SOUGHT

Y -- FY16 PN 80412 Schofield Barracks Health Clinic Addition

Notice Date
10/15/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-16-Z-0002
 
Archive Date
11/14/2015
 
Point of Contact
Graeme L. Silva, Phone: 808-835-4380, Joan Kaimikaua, Phone: 808-438-8572
 
E-Mail Address
Graeme.L.Silva@usace.army.mil, joan.kaimikaua@us.army.mil
(Graeme.L.Silva@usace.army.mil, joan.kaimikaua@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This purpose of this notice is to perform SOURCES SOUGHT/MARKET RESEARCH. This is NOT a solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. RESPONSES REQUESTED FROM ALL INTERESTED FIRMS (LARGE AND SMALL BUSINESSES) The U.S. Army Corps of Engineers, Honolulu District, is conducting market research to determine potential sources having the qualification, experience, and bonding necessary to perform the described work. This is a design-build project. This requirement is for the construction of a new behavioral health and dental clinic, approximately 77,000 square feet, and three (3) stories high. The addition shall connect to the existing lanai/patio on building 673 via an exterior covered walkway. Supporting facilities shall include utilities, site improvements, and a new electrical substation with a switchgear building. The project shall be designed in accordance with the criteria prescribed in Unified Facilities Criteria 4-510-01, Evidence Based Design principles, DoD Minimum Antiterrorism Standards for Buildings 4-010-01, barrier free design in accordance with the Architectural Barriers Act (ABA) Accessibility Standard, and DEPSECDEF memorandum "Access for People with Disabilities 10/31/2008", and applicable energy conservation legislation. The project shall be designed to LEED 2009 for New Construction and Major Renovations, Silver Certified rating standard. Operations and Maintenance Manuals, Commissioning, and Structural Interior Design shall be provided by the Design Build Contractor. Comprehensive Interior Design package shall be by the Design Build Contractor's Designer of Record. The Deign Build Contractor shall demolish the existing dental clinic which is located at Building 660, Schofield Barracks. Due to the constrained nature of the proposed site the Design Build Contractor does not have to plan for future vertical or horizontal expansion of the building. The Design Build Contractor shall design for and provide all UFC 4-510-01 required Utility expansion. The Design Build Contractor shall be responsible for providing all other incidental work necessary to complete the project. The North American Industry Classification code (NAICS) is 236220 - Commercial and Institutional Building Construction. Size Standard for this project is $36.5 Million. This requirement will be awarded as a firm fixed price construction contract. The project magnitude is between $25,000,000 and $100,000,000. The Government may use responses to this market survey to make an appropriate acquisition decision for this project. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY shall include the following: 1) Your intent to submit for this project when it is formally advertised. 2) Name of firm with address, phone and point of contact. Indicate whether or not your firms is a U.S. firm or a foreign firm. 3) CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. 4) Size of firm (large or small), to include category of small business if applicable, such as 8(a) small business, Historically Underutilized Business Zone (HUBZone) small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Businesses (WOSB). 5) Firm's Bonding Capacity - single and aggregate capability. 6) Contract data sheet identifying your recent and relevant experience that would qualify your firm to perform the specified type of work. This should include experience with the design and construction of medical and dental clinics, experience building within historic districts or repairing historic structures and consulting with State and local stakeholders for 36 CFR Part 61, Section 106 of the National Historic Preservation Act, experience working on military bases to include permitting, and experience with implementing the Unified Facilities Criteria Design for Medical Military Facilities (UFC 4-510-01) and DoD Minimum Antiterrorism Standards for Buildings (UFC 4-010-01). Submit no more than five (5) past completed projects within the past five (5) years from the date of this Sources Sought for which your firm performed. Data sheets must address recent experience with design and construction of medical facilities, demolition, and construction of substation switchgear. Describe in detail the actual work performed and its location. Provide any additional information to further substantiate the capabilities of your firm to perform the specific type of work that this project involves. Where to send responses: Please submit your responses to Mr. Graeme Silva via email at graeme.l.silva@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-16-Z-0002/listing.html)
 
Place of Performance
Address: Schofield Barracks, Schofield Barracks, Hawaii, 96857, United States
Zip Code: 96857
 
Record
SN03922101-W 20151017/151015234120-885519632ff97913c4f6e9c5f2d38cb5 (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.