MODIFICATION
Y -- Renovate Construct for New AFRL Offices Facility 20254 at Wright Patterson AFB, OH
- Notice Date
- 2/1/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-16-AFRL-WPAFB
- Archive Date
- 2/26/2016
- Point of Contact
- Casey R. Ross, Phone: 5023156197
- E-Mail Address
-
casey.r.ross@usace.army.mil
(casey.r.ross@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there is a reasonable number of small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owened Business and you are interested in this project please respond appropriately. The proposed project is for new construction within Facility 20254 at Wright Patterson AFB, OH and renovation to result in a net 10,000 to 12,000 square feet of usable administrative space with private offices, open offices and conference rooms. The scope of the new construction includes open office administrative space, meeting rooms, and private offices designed and constructed in accordance with ICD/ICS 705 including perimeter security/alarm notification systems, security control systems and floor to ceiling (STC-50) interior walls. In addition, the existing conference room that currently seats 80 personnel shall be expanded to seat up to 120 personnel. The scope also includes replacement of AHU's and replacement of the DX and air cooled chillers with water cooled plant infrastructure as well as conversion from steam to hot water heat exchangers and boilers to eliminate steam usage for summer reheat. The control room for the anechoic chamber shall be expanded and modernized to enhance test control operations for the chamber. The basement level of the East Bay shall be repurposed into unclassified and classified storage with a new personnel/freight elevator. Contract duration is estimated at 540 days. The estimated cost range is between $5 Million - $10 Million. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email by 11:59 PM Eastern Standard Time on 02/11/2016. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: New construction projects completed within the last 5 years which included a minimum of 10,000 square feet of space that was constructed in accordance with ICD/ICS 705 or JAFAN 6/9 criteria. b. Projects similar in size to this project include: New construction projects with a minimum of 10,000 square feet c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project, and the amount of space measured in square feet that was constructed in accordance with ICD/ICS 705 or JAFAN 6/9 criteria. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid-build or design-build. 5. The type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s). 6. Identify the number of subcontractors by construction trade utilized for each project. 7. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 8. The portion and percentage of the project that was self-performed. 9. Who the Prime Contractor was that completed the project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Casey Ross at Casey.R.Ross@usace.army.mil. If you have questions please contact Casey Ross at Casey.R.Ross@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-AFRL-WPAFB/listing.html)
- Record
- SN04006782-W 20160203/160201234820-4f13112d7baa076382e719f50c08c092 (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 |