SOURCES SOUGHT
Y -- Three consolidated projects to renovate various hangars to support the new C-17 Beddown Mission.
- Notice Date
- 11/17/2016
- 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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-16-ConsolidatedProjects
- Archive Date
- 12/13/2016
- Point of Contact
- Ben James,
- E-Mail Address
-
benjamin.a.james@usace.army.mil
(benjamin.a.james@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. -Proposed Projects Renovate / Add for C-17 Flight Simulator, B129: Renovate a portion of Hangar 129 for the C-17 Flight Simulator. Provide new flight simulator bay for pilot simulator and loadmaster station simulator with computer/UPS room, simulator maintenance/parts, instructors work space, classroom, briefing rooms, offices, bathrooms, storage rooms, and security storage space per regulations and simulator facility design criteria. Simulator bay to be used for open secure storage. Relocate/reroute existing utilities above simulator bay to provide required vertical clearance without raising roof. Remove hangar bay doors and place with exterior steel panels with insulation. Remove high expansion foam fire suppression system from hangar bay. Renovate / Add to Hangar Bay for AMU, B418: Renovate the entire bay of Hangar 418 to serve as Aircraft Maintenance Unit (AMU). Demolish two modular office units and various storage cages in the hangar bay area. Construct 16,040 SF of office, shop, storage and support spaces. Provide utilities, lighting, communications support, and fire detection/suppression systems to all work areas and offices to provide a complete and useable facility. Portions of the area to be used for open secure storage. The project will comply with DoD antiterrorism/force protection requirements per Unified Facilities Criteria. Provide temporary facilities incident to construction for storage for equipment and relocation of functions from Hangar 418 for the duration of construction. Completely remove temporary facilities upon completion of construction. Renovate / Add to Hangar for Maintenance Backshops, B417: Renovate building 417 for the machine, welding, sheet metal, and NDI shops to accommodate the larger C-17 backshops. Provide new workshops with required offices, latrines, showers and storage rooms per regulations. Provide utilities, lighting and HVAC to all work areas and offices. Contract duration is estimated at 360 days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email November 28, 2016 by 1:00 PM Eastern Standard Time. 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: Renovation work to include demo and repair work to provide open storage and maintenance shop areas. In addition to utility modifications, alterations will be required to reconfigure the interior of buildings. Typical work will include providing offices, latrines, showers, and storage rooms with the necessary mechanical and electrical changes. b. Projects similar in size to this project include: 15,000+ SF concurrently in various buildings. 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. 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. 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 Benjamin James at benjamin.a.james@usace.army.mil. If you have questions please contact Benjamin James at benjamin.a.james@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-ConsolidatedProjects /listing.html)
- Place of Performance
- Address: Pittsburgh ARS, Pittsburgh, Pennsylvania, United States
- Record
- SN04330608-W 20161119/161117234122-b3fd0ef64d05aefdc3a095411ef54ca5 (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 |