Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
MODIFICATION

Z -- Full Facility Restoration (FFR) project of building 295 located at Fort Hunter Liggett, CA.

Notice Date
11/7/2019
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US 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-FortHunterLiggettRenovationFFRbldg295
 
Archive Date
11/27/2019
 
Point of Contact
Glenn W. Moon, Phone: 5023156177
 
E-Mail Address
glenn.w.moon@usace.army.mil
(glenn.w.moon@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. This project is a Full Facility Restoration (FFR) project of barracks building 295 located at Fort Hunter Liggett, CA. The design/build barracks renovation project comprises a total of approximately 46,415 square feet. Required improvements include repair, replacement, or installation of interior walls, doors, flooring, windows, window frames and ceilings; structural modifications/strengthening; replacement/addition of plumbing fixtures, piping, and equipment; installation and/or replacement of mechanical equipment; replacement/installation of fire suppression sprinkler system, replacement/installation of the fire alarm system/mass notification system; installation of lighting and upgrade interior electrical service; replacement/installation of information systems; repair of exterior wall finish, repair of downspout/gutters, replace roofing, modify/replace exterior doors and door openings, and replace exterior signage; removal of lead based paint and asbestos as necessary; and connect to the Energy Monitoring and Control Systems. This project is a full facility renovation and will be designed and constructed to current Department of Army sustainable design standards. Contract duration is estimated at 600 calendar days. The estimated cost range is between $10.0 and $25.0. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $39.5 Million. 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 November 2019 by 10:00 AM Eastern Standard Time. Responses should include: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Women-Owned Small and Large Business Concerns. For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program. 3. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Offerors should also include capability to execute full design and designer of record responsibilities on design build repair/construction projects, or address relationships with design firm that can perform full design services. 5. 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. 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: Provide documentation demonstrating construction experience for similar type buildings, managing a design team and managing multiple sub-contractors. Demonstrate experience includes self-performing 15% of the construction. Projects considered similar in scope to this project include: major renovations of multi-story National Guard Armories, Army Reserve Centers, Armed Forces Training Centers, barracks/housing quarters, and educational facilities. Project can also include experience in new construction; however, project scope should be at least 75% renovation b. Projects similar in size to this project include: Demonstrate experience with similar or greater in size, which includes major renovation projects of approximately 30,000 square feet square feet or greater. 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 (dollar value and square feet). 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. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); 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. Any Past Performance Questionnaires submitted for a project will not count towards overall page count. Email responses to Glenn.W.Moon@USACE.Army.Mil. If you have questions please contact Glenn Moon at (502) 315-6177. 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-FortHunterLiggettRenovationFFRbldg295/listing.html)
 
Place of Performance
Address: California, United States
 
Record
SN05492589-W 20191109/191107231105-87e1c5fa7c87bc0550bdbf21df98aad1 (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.