Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOURCES SOUGHT

Z -- FY17 PKG A-007 Repair Building 452, Quad D, Schofield Barracks, Oahu, Hawaii

Notice Date
5/17/2017
 
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, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-17-Z-0010
 
Archive Date
6/15/2017
 
Point of Contact
Graeme L. Silva, Phone: 808-835-4380, Maria R. Buckner, Phone: 8088354389
 
E-Mail Address
Graeme.L.Silva@usace.army.mil, maria.r.buckner@usace.army.mil
(Graeme.L.Silva@usace.army.mil, maria.r.buckner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this notice is to perform SOURCES SOUGHT/MARKET RESEARCH. This is NOT a Solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. RESPONSES REQUESTED FROM ALL INTERESTED PRIME CONSTRUCTION FIRMS (LARGE AND SMALL BUSINESSES) This U.S. Army Corps of Engineers, Honolulu District, is performing market research for the following potential construction requirement: The U.S. Army Corps of Engineers, Honolulu District has a requirement for repairing or replacing deteriorated and failing building components. This project will repair and renovate Building 452, Quad D, Schofield Barracks, Oahu, Hawaii. The project consists of repairing or replacing a deteriorated three (3) story concrete framed historic building and failing building components. The first floor includes demolition and repair of existing interior walls, replace failing HVAC, lighting, electrical, communication, fire alarm, and plumbing to support two Company Headquarters. Four (4) new arms vaults will be added to the first floor and four (4) existing arms vaults will be repaired to current standards. Second and third floors repairs will include replacing failing window unit air conditioning, lighting, electrical, communication, fire alarm, plumbing, and roofing. Structural repairs to the entire building include floor framing strengthening to support code prescribed live loads; shear wall reconfiguration and/or strengthening; beams, columns, and foundation strengthening to meet seismic life-safety performance levels. Existing failed or failing windows will be removed and replaced with blast rated glazing systems while respecting historic aesthetics. Existing aged plumbing fixtures, piping, and existing hot water system will be removed and replaced. Existing failing air cooled packaged chiller and water heaters will be removed and replaced. Incidental lead based paint and asbestos containing material removal are included. Fire protection and mass notification systems/alarms will be repaired or installed to meet current Life Safety Code and base physical security requirements. Failing exterior finishes will require repainting and minor repair to spalled concrete. Site work shall consist of replacement of the existing utility laterals and appurtenances. A new drainage system is required to prevent flooding within the Quad. Turfing and other landscaping features are included. This is a design-bid-build project. The North American Industry Classification code (NAICS) is 236220 - Commercial and Institutional Building Construction. Size Standard for this project is $36.5 Million. The Government intends to award a firm-fixed price construction contract. The project magnitude is between $25,000,000 and $100,000,000. The Government may use responses to this market survey to make an appropriate acquisition decision for this project. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. Responses are requested from only interested PRIME CONSTRUCTION CONTRACTORS. Interested PRIME CONSTRUCTION CONTRACTORS should submit a narrative demonstrating their specific experience with renovating administrative and barracks buildings of similar type, size, value and location. Respondents should also consider the geographical location of this project. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY shall include: A. Your intent to submit for this project when it is formally advertised. B. Name of firm with address, phone and point of contact. Indicate whether or not your firms is a U.S. firm or a foreign firm. C. CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. D. Size of firm (large or small), to include category of small business if applicable, such as 8(a) small business, Historically Underutilized Business Zone (HUBZone) small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Businesses (WOSB). E. Firm's Bonding Capacity - single and aggregate capability. F. Contract data sheet identifying your recent and relevant experience that would qualify your firm to perform the specified type of work. This should include documentation of past specialized experience and past performance in performing repair, replacement, and/or renovation projects for facility types or their equivalent or similar commercial or institutional type multi story projects similar in size, type of work, complexity, magnitude (greater than $25M), and complexity. Submit no more than five (5) past completed projects within the past five (5) years from the date of this Sources Sought. Provide any additional information to further substantiate the capabilities of your firm to perform the specific type of work that this project involves. Where to send responses: Submit responses to Mr. Graeme Silva via email at graeme.l.silva@usace.army.mil and Ms. Maria Buckner at maria.r.buckner@usace.army.mil Response deadline: May 31, 2017, 1400 hours (Hawaiian Standard Time) Place of Performance: Bldg 452 in Quad D, Schofield Barracks, Hawaii Contracting Office Address: USACE District, Honolulu, Building 252, Walker Drive, Fort Shafter, HI 96858-5440 Point of Contact(s): Mr. Graeme Silva, 808-835-4380 email address: graeme.l.silva@usace.army.mil Ms. Maria Buckner, 808-835-4389 Email address: maria.r.buckner@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-17-Z-0010/listing.html)
 
Place of Performance
Address: Schofield Barracks, Hawaii, United States
 
Record
SN04511662-W 20170519/170517234731-409af5d89998818e64e6e752c21c67da (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.