Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOURCES SOUGHT

Y -- Renovate B310 for 23IS & 24TH Air Force & B333 For 960 Cyber Operations Group

Notice Date
8/29/2018
 
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-B310B33LACKLAND
 
Archive Date
9/27/2018
 
Point of Contact
Ben James,
 
E-Mail Address
benjamin.a.james@usace.army.mil
(benjamin.a.james@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(This market survey is running in conjunction with survey W912QR-18-B333LACKLAND and is associated with survey W912QR-18-B310LACKLAND that posted 02 January 2018.) The Government is contemplating consolidation of two or more of the following projects into a single contract solicitation: Renovation of Building 310 and Building 333 at Lackland AFB. The purpose of this market research is to identify any potential impacts to any specific small business category (8(a), HubZone, SDVOSB, WOSB) these two projects are consolidated into a single solicitation. 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 contract is for the renovation of Building 310 and Building 333. The renovation of Building 310 into a modern Intel office standards (secure access office). 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. The renovation of building 333 to a modern HQ Group office standards with a code compliant open-office concept, comprehensive interior design, and current AT/FP and ADA standards. This project will have a Design-Bid-Build (DBB) delivery method. The interior area of the building is 4,442 square feet. Interior replacements include: flooring, stair treads, ceiling tile, lighting fixtures, air ducts, and interior utilities (power, plumbing, HVAC, fire suppression, and communications). In addition to the interior replacements, all interior walls are to be painted and repaired as needed. Exterior work to include the repair or replacement of the roofing system and damaged fixtures. Balancing of HVAC system, building commissioning, and a comprehensive interior design are required. Contract duration is estimated at 525 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 12 September 2018 days by 1:00 p.m. 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. 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. 5. Please provide explanation/supporting documentation on how the Consolidation of the renovation of Building 310 and Building 333 would negatively impact our organization. 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, installation of data infrastructure, demo/replacement of the roofing system and other exterior fixtures and renovation of facilities with complex systems. For completed projects: Provide a description of warranty issues or concerns; original contract amount, pending and actual modification cost, pending and actual claims. b. Projects similar in size to this project include: Project considered similar in size to this project must cumulatively total a minimum of 9,100 SF. Multiple buildings will be considered as long as one building is at minimum 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 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. All contractors must be registered in the System for Award Management (www.SAM.gov) to do work with the government. An active SAM registration isn't required to submit on this market survey. Those not currently registered can obtain registration by going to the website http://www.SAM.gov and are highly encouraged to begin the registration process. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. PLEASE NOTE: SAM is completely free of charge for both registrants and users. An active SAM registration is not required to submit on the market survey. Email responses to Benjamin.a.james@usace.army.mil. If you have questions please contact Benjamin James at Benjamin.a.james@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-B310B33LACKLAND/listing.html)
 
Place of Performance
Address: San Antonio, Texas, United States
 
Record
SN05061961-W 20180831/180829231343-29bd6b920e0a2739972d6b345a08872d (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.