Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2018 FBO #5886
SOURCES SOUGHT

Z -- Renovate B310 for 23IS & 24AF at Joint Base San Antonio, Lackland, TX

Notice Date
1/2/2018
 
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-18-B310LACKLAND
 
Archive Date
2/1/2018
 
Point of Contact
Katie R. White, , Emily A. Moore,
 
E-Mail Address
katie.r.white@usace.army.mil, emily.a.moore@usace.army.mil
(katie.r.white@usace.army.mil, emily.a.moore@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 for the renovation of Building 310 at Joint Base San Antonio, Lackland, TX into a modern Intel office standards (Sensitive Compartmented Information Facility, SCIF). The building is two storied with each floor having an area of 4,215 SF; resulting in a total building area of 8,430 SF. The project delivery method will be Design-Bid-Build (DBB). The renovation will need to provide a code compliant open-office concept where possible while retaining security and a code compliant elevator. The replacement of the flooring, stair treads, ceiling tile, light fixtures, and ducts. Other items of renovation will need to include the repair/repainting of the interior walls, additional communication & electrical outlets as required, reconfigure/replace the interior utilities such as power, lighting, plumbing & fixtures, HVAC, fire suppression, and communications support to meet code and customer requirements. Balancing of the HVAC system and a comprehensive interior design is required. Contract duration is estimated at 350 calendar days. The estimated cost range is between $1,000,000 and $5,000,000. 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 Wednesday, January 17, 2018 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 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Example projects must be of similar size and scope. 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. a. Projects similar in scope to this project include: Renovation of facilities with administrative offices combined with secure rooms or data centers that guard against electronic surveillance and suppresses data leakage of sensitive security information as defined by UFC 4-010-05 and ICD/ICS 705-1. Renovation at a minimum should include the renovation/replacement of HVAC, electrical distribution, wall-mounted heaters, communication/electrical outlets, and renovation of facilities with complex systems. Respondents are asked to confirm their ability to comply with the following: General construction of SCIF shall be performed by U.S. companies using U.S. citizens or U.S. persons. U.S. Person is defined as an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. 1101(a)(20) or who is a protected individual as defined by Title 8 U.S.C. 1324b (a)(3), and able to provide two forms of identification listed on Department of Homeland Security Form I-9, Employment Eligibility Verification. b. Projects similar in size to this project include: 6,000 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.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-18-B310LACKLAND/listing.html)
 
Place of Performance
Address: Joint Base San Antonio, Lackland, TX, United States
 
Record
SN04778940-W 20180104/180102230616-ef4467d1539c533183087629d6f5d2df (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.