SOURCES SOUGHT
56 -- Full Facility Restoration (FFR) Ft Totten Army Reserve Center BLDG #200
- Notice Date
- 2/8/2017
- 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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-17-FTTOTTENARC
- Archive Date
- 2/23/2017
- Point of Contact
- Shermeka L. Myles, Phone: 5026136230
- E-Mail Address
-
shermeka.l.myles@usace.army.mil
(shermeka.l.myles@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The proposed project is for full facility revitalization including renovation of an existing Army Reserve Center (ARC) and site at Ft Totten, New York. This will be a Design/Build project to fully renovate 92,000 SF of a 2,000-member Army Reserve Center (ARC) Training Building and will include new construction of approximately 3000 SF addition Training Annex. Construct additional SF onto the existing Training Building if required. The building addition will be of permanent construction with reinforced concrete foundations; concrete floor slabs; structural framing and low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed according the United States Army Reserve (USAR) Design Guide, and to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Contract duration is estimated at 660 calendar days. The estimated cost is between $10M-$25M and the Construction Cost Limit is $19M. 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 22 February 2017 NLT 5:00 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 major renovations to: Army Reserve Centers, Armed Forces Training Centers, National Guard, or other Federal Agency Office Buildings, Commercial Multi-Story Office Buildings, and Higher Education Facilities such as high schools and university buildings. b. Projects similar in size to this project include: 25,000 square feet or greater in major renovation that includes architectural, mechanical, electrical, and information systems were renovated with an original contract amount. (For projects that are combined new and renovation construction, at least 25,000 square feet will have been demonstrable renovation work). 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 (delineate new and renovation scope if applicable). 3. Size of the project (delineate new and renovation square footage if applicable). 4. The dollar value of the project (delineate new and renovation value if applicable). 5. The percentage of work that was self-performed. 6. Identify whether the project was design/build or not. 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 Shermeka Myles at shermeka.l.myles@usace.army.mil. If you have questions please contact Shermeka Myles at shermeka.l.myles@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-17-FTTOTTENARC/listing.html)
- Place of Performance
- Address: Totten AVE&15 RD, Bayside, New York, 11359, United States
- Zip Code: 11359
- Zip Code: 11359
- Record
- SN04396199-W 20170210/170208234948-3ed21c7498f1e1dc59c590b7f6dc5208 (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 |