Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOURCES SOUGHT

Z -- Design/bid/Build, FY17 Renovate/repair Aircraft Maintenance Unit, Facility 5251 located at Davis-Monthan AFB, Pima County, AZ

Notice Date
5/10/2017
 
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-DAVISMONTHANAFB
 
Archive Date
6/9/2017
 
Point of Contact
Karla B. Wright, Phone: 5023156990
 
E-Mail Address
karla.b.wright@usace.army.mil
(karla.b.wright@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(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. The proposed project is for the renovation and repair of an Aircraft Maintenance Unit, Facility 5251, on time and within budget. Provide all labor, material, and equipment necessary to safely renovate and repair the facility. The existing facility is approximately 48,647 SF, consisting of four (4) hangar bays and used primarily for maintenance of A-10 aircraft. The facility is located on Flightline Road on the west side of the airfield, Pima County, AZ. Contract duration is estimated at 730 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 via email by May 25, 2017, by 12:00 PM Eastern Daylight 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: Interested construction firms shall provide no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years from the date of this announcement in which the interested firm served as the prime contractor. Note that only renovation projects will be accepted. Substitution of subcontractor experience shall not be allowed. Example projects shall be of similar size, scope, and complexity. 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. The scope of services for similar projects shall include project management and physical construction of renovated Aircraft Hangars with High expansion foam and high bay maintenance facilities with fire suppression systems. b. Projects similar in size to this project include: Construction of renovated Aircraft Hangars with high expansion foam and high bay maintenance facilities with fire suppression systems. The minimum SF would be 38,917 SF. In addition to the general information described above, interested construction firms must present past experience as a prime contractor on projects of similar size and scope with the following information. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was/will be completed. 2. Size of the project in square feet. 3. The dollar value of the basic construction contract, pending and actual modifications, and pending and actual claims. 4. Note of contract type (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 and types 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. Demonstrated experience with handling lead base paint and asbestos-containing materials (this may be from projects other than the example projects). 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 Karla B. Wright at karla.b.wright@usace.army.mil. If you have questions please contact Karla B. Wright at 502-315-6990. 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-DAVISMONTHANAFB/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB, Facility 5251, Pima County, AZ, USA, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN04503098-W 20170512/170510235034-244e3ffc264cc6c00ab9e91f5e163aa1 (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.