Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

Y -- D/B Maintain/Repair/Add HH60 Maintenance Hangar, B751

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
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-HangarPatrickAFB
 
Archive Date
8/31/2017
 
Point of Contact
Katie R. White,
 
E-Mail Address
katie.r.white@usace.army.mil
(katie.r.white@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. The proposed project is: Maintain (52100) - Prepare and paint concrete hangar floor surface. Prepare walls, prime and repaint interior second floor balcony hallway walls, hallway ductwork surfaces, and interior hangar area wall and structural surfaces. Repair (52200) - Work to consist of repair of hangar doors, door eyebrows, tracks and electric door openers, remove existing walls to provide an open office concept, replace doors, flooring, ceiling tiles, lighting fixtures, windows and HVAC system. Upgrade electrical system, replace existing AFFF fire suppression system with HEX foam, communications wiring, repair stairs, restroom piping and fixtures. Repair second floor balcony walls to provide adequate fire separation to address fire safety deficiency (FSD). Also, severely corroded structural steel members shall be repaired to ensure continued facility structural integrity. Add/Construct (52900) - Remove existing window A/C units and provide central HVAC to the office area that is not currently centrally air conditioned. Work includes air conditioning VAV equipment, duct work, diffusers and controls. Also, install approximately 25,000 square feet of bird netting in the hangar bay just below the structural steel roof truss system and provide site preparation and utilities for temporary facilities. Building will continue to function as a hangar. Contract duration is estimated at 540 calendar 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 on 16 August 2017 by 10:00 AM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number 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 90 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Provide documentation demonstrating DB experience for multi-building projects of similar type buildings involving management sub-contractors and self-performed at least 15 percent of the work. Successful experience in mold remediation, cleaning, repairing, and painting structural steel, asbestos and lead-based paint abatement, and hurricane-resistant construction. 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: Hangar Renovations with office administration areas within coastal areas. New construction or renovation of warehouse(s) will not be considered similar. b. Projects similar in size to this project include: The renovation of a hangar with office/admin space having a combined square footage of at least 20,000 SF 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 percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 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 Katie White at Katie.R.White@usace.army.mil. If you have questions please contact Katie White at Katie.R.White@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-HangarPatrickAFB/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, Florida, United States
 
Record
SN04624756-W 20170813/170811231807-f7c057352f54e9419183480588550951 (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  © 1994-2020, Loren Data Corp.