SOURCES SOUGHT
Y -- Non-Commissioned Officers Academy (NCOA) Barracks HVAC Repair, Ft. Gordon, GA
- Notice Date
- 1/6/2017
- 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, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-17-R-0013
- Archive Date
- 2/1/2017
- Point of Contact
- Julie Oliver, Phone: 912/652-5899
- E-Mail Address
-
julie.m.oliver@usace.army.mil
(julie.m.oliver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Information: This is a Sources Sought/Request for Information only. The submission of this information is for planning purposes only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government to make a contract award. The U.S. Army Corps of Engineers, Savannah District, is conducting preliminary research to determine the market capabilities of potential contractors to provide for the replacement of the existing failing HVAC systems for the Non-Commissioned Officers Academy (NCOA) Barracks HVAC Repair, Ft. Gordon, GA. This market research will facilitate a determination of the acquisition strategy for this procurement. The Government will determine the acquisition type based on the market research and information available from other sources. The market survey is being conducted to determine if there are a reasonable number of large or small business firms interested in performing this work (including socio economic businesses). Small businesses, small disadvantaged businesses, and service-disabled veteran-owned small businesses are encouraged to respond. Responses to this sources sought announcement will be used by the Government to make appropriate decisions. The NAICS code for this acquisition is 236220 Commercial & Institutional Building Construction with a size standard of $36.5M. The FSC Code is Z2FZ - Repair or Alteration of Other Residential Buildings. The duration of project will be approximately 450 days. There will be no optional items of work for this project. The magnitude of construction is between $5M and $10M. Project Description: Project will repair failing HVAC systems, mold and mildew damage, fire protection, flooring, lighting and mechanical systems to bring facility into code compliance. Work will include replacement of failed HVAC systems to correct ventilation, moisture control, and temperature control. Mechanical controls will be fully compatible and controlled by the installation's centrally managed utilities management control system. Provide base wide compatible fire alarm and mass notification systems to meet codes. Project repairs will comply with EPAct 2005, EISA 2007, Executive Order 13423 and 13514, and other current policies and directives on energy and water conservation. The building is a three-story, permanent construction AST Training Barracks built in 1988 and is approximately 37,000 square feet. Each floor has a central hallway with one person rooms that provide a single person living space and two rooms sharing a common latrine. This project is required to correct failed and failing systems in building 24404, specifically HVAC failure with attendant mold, mildew and other moisture damage. Repair to the metal standing seam roof has been the only repair of significance over the life of the building. Otherwise, only basic repairs have been performed since original construction. This project will provide for the replacement of the existing failing HVAC systems and repairs to and replacement of other systems and finishes including: (a) Replacement of existing dual temperature piping system with new four (4) pipe chilled water and hot water distribution system. (b) Replacement of HVAC system electrical components. (c) Replacement of HVAC controls. (d) Repair of building envelope and building interior as needed. (e) Replacement of all windows to meet Anti-Terrorism/Force Protection. (f) New wall and flooring finishes. (g) Replacement of all plumbing fixtures. (h) Replacement of light fixtures with LED technology. (i) Upgrade existing fire alarm and mass notification system to meet current UFC requirements. (j) Removal of hazardous materials including Lead Based Paint and Asbestos Containing Material. The project will repair the following facility systems: (1) Mechanical and Plumbing systems: The existing HVAC systems cannot control humidity. Mold and mildew is developing within the building, rooms and hallways. The hallways were not conditioned, and serviced only by limited return air from the adjacent rooms. This system will be repaired to provide a system that conditions the air and controls humidity levels, serving rooms and hallways to insure balanced conditions. Original piping is cast iron with heavy scale inside the pipes, reducing water flow. Original potable water supply will be repaired as needed to insure sanitary and efficient supply. (2) Architectural: Years of moisture have caused rust and other deterioration to metal interior door frames and wooden doors at each room, requiring repair or replacement of frames and doors, based on level of damage. Damaged and stained ceiling tiles, and grid will be repaired as conditions warrant. Electrical: Existing electrical wiring is inadequate for modern power requirements and requires repair/alterations to prevent power losses and repair potential hazards from moisture deterioration. Lighting fixtures are inefficient and ballasts are failing due to moisture above the ceiling areas. Lighting will be repaired to provide efficiency and proper illumination as required. If asbestos, lead based paint, bio-hazard or other hazardous materials are found, they will be handled, stored and disposed of in accordance with current Final Governing Standards and laws and regulations. The facility will meet the Standards of "Substantial Life-Safety" upon completion of this project. All required anti-terrorism force protection measures are included There will be no reimbursement costs associated with providing information in response to this request nor any requests for follow-up information. All interested firms with 236620 as an approved NAICS code have until 17 January 2017 at 10:00 a.m. EST to submit the following information: - Name and address of your firm - Point of Contact (name/phone/email) - Current SAM Registration to include CAGE, DUNS, Tax ID, and NAICS (list all NAICS under which your firm is registered) - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman Owned Business, Native American Small Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN MS, FL, KY, SC)]. The Government must be able to verify SBA certification of HUBZone, 8(a) and SDB via SAM. - Level of performance and payment bonding capability, both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. - Evidence of capabilities to perform comparable work on two (2), and no more than five (5), recent projects. Projects submitted should be no more than five (5) years old and have a value of at least $4M. Include the project name and description of the key/salient features of the project(s) (i.e. square footage, multi-story, secure facility, phased renovation, etc.), completion date, total contract construction value, whether it was design-build, construction only, renovation or rehabilitation, and your company's level of involvement in the project, i.e. subcontractor (type), prime, GC, specific role, etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. - Firm's capability to perform, to include geographic span and project size. Include firm's in-house capability to execute design and construction, or established relationship with a design firm to perform D-B. - Information on Teaming Arrangement and/or Joint Ventures (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to team with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the government to determine the roles each team member will play and what your socio-economic status is, or will be, considering the proposed arrangement. Therefore, included in y our one (1) page state whether or not you are a small business and you intend to mentor/protégé and/or JV with a large business. 51% of the profits and managerial function will go to and be performed by the small business. Likewise, if you are an 8(a) firm intending to mentor/protégé and/or JV with a large business, 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms y our socio-economic status as a team should be provided. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. The Government may not give credit to your socio-economic class if there is not sufficient documentation or if the Government cannot verify. - Firm's interest in submitting a proposal in response to the solicitation when it is issued. - Demonstration of the firm's experience as a prime contractor on projects that are substantially complete or completed within the last five (5) years which are similar to the proposed project in size, scope and complexity. Projects considered similar in scope to the proposed project includes barracks projects of at least 25,000 GSF. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and square footage of the project, and a description of how the experience relates to the proposed project. Contractor Performance Assessment Reports System (CPARS) for these projects may be submitted. - Telephone calls will not be accepted requesting a bid package or solicitation. A technical point of contact will not be given in order to protect the integrity of the procurement in the event a solicitation is issued. In addition, contractor presentations will not be allowed. - The response must be specific to the qualifications listed above to show that the respondent possesses the necessary skills and experience. Please only include a narrative of the requested information. Additional information will not be reviewed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-17-R-0013/listing.html)
- Place of Performance
- Address: USACE District, Savannah, CESAS-CT-E, 100 W. Oglethorpe Avenue, Savannah, Georgia, 31401, United States
- Zip Code: 31401
- Zip Code: 31401
- Record
- SN04365853-W 20170108/170106234328-1a9dca919d659a1d6ef11febdb2d062d (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 |