SOURCES SOUGHT
Z -- HQ Phase 2 Space Allocation Building Renovation
- Notice Date
- 10/17/2019
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20RSS01
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230
- E-Mail Address
-
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Walla Walla District Headquarters Phase 2 Space Allocation Building Renovation Sources Sought Notice: W912EF20RSS01 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Walla Walla District Headquarters Phase 2 Space Allocation Building Renovation. The work is located at the Walla Walla District Headquarters building in Walla Walla Washington. This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 236220 Commercial Institutional Building Construction and the associated small business size standard is $39.5M. The magnitude of construction is estimated to be between $500,000 and $1,000,000. Anticipated award is late January 2020. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, performance period, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B) A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. C) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F) Cage Code and DUNS number. Submit this information to LeAnne Walling, Contract Specialist, via email to leanne.r.walling@usace.army.mil. Your response to this notice must be received on or before 2:00 p.m. (PST) on October 21, 2019. Summary of Scope of Work: The scope of work is for renovation of several spaces in the Walla Walla District Headquarters Building. The project will involve but is not limited to: demolition of cabinetry, counters, walls and flooring (both VTC tiles and carpet); installation of new doors and walls with trim (baseboard, chair rail, and wainscoting); installation of windows with trim and blinds; painting of walls and soffits, installation of single and double metal stud walls; removal, modification, supply, and installation of acoustical ceiling tiles; cubicle reconfigure to include relocation, layout, and addition of modules; HVAC work to include enlargement of supply air diffusers, increase of duct size, re-balance of air supply and supply/install of thermostat; and electrical work to include mounting outlets for HDMI and CAT 6a, installation of power receptacles, supply/install of TVs, relocation of power outlets, installation of light switches, and installation of Wireless Access Port. Work window is estimated to be 160 days and must be completed no later than 30 September 2020. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF20RSS01/listing.html)
- Place of Performance
- Address: 201 N 3rd Avenue, Walla Walla, Washington, 99362, United States
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN05476331-W 20191019/191017230441-195ddc7ac52ebeb69d0eda6de745fee8 (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 |