Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOURCES SOUGHT

99 -- Renovation of US Army Reserve Center - Orangeburg, NY

Notice Date
12/13/2019 5:24:17 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-ARC-ORANGEBURG
 
Response Due
1/6/2020 8:59:00 PM
 
Archive Date
01/21/2020
 
Point of Contact
Scott C. Ferguson, Phone: 5023156215
 
E-Mail Address
scott.ferguson@usace.army.mil
(scott.ferguson@usace.army.mil)
 
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.Renovation of approximately 19,000 SF of existing United States Army Reserve Center (USARC) and approximately 4,400 SF of existing attached OMS located in Orangeburg, NY. Training building addition of approximately 5,000 SF. The proposed project is for the renovation of existing ARC. This project primarily consists of the design and renovation of the reserve center with attached vehicle maintenance building. Major systems to be renovated include electrical, mechanical, plumbing, architectural, IT, and fire protection. Supporting facilities include land clearing, paving, vehicle wash rack/platform, bi-level equipment loading ramp, fencing general site improvements and utility connections. The project will be designed and constructed to current Department of Army sustainable design standards. Current ADA standards will also be followed.Contract duration is estimated at 540 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email by Friday, 03 January, 2020 by 11:59 PM Eastern Standard Time.Responses should include: Identification and verification of the company’s small business status. Contractor’s DUNs Number(s) and CAGE Code(s). Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience - Provide descriptions your firm’s past experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. 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. Projects similar in Scope to this project included: major renovations of National Guard armories, Army Reserve Centers, Armed Forces Training Centers, office complexes, and education facilities. Projects similar in size to this project include: Major renovation projects of approximately 20,000 SF or greater.Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. Whether the project was design build or design/bid/build Identify the number of subcontractors by construction trade utilized for each project.3. FOR INFORMATIONAL PURPOSES: Please provide a narrative demonstrating your experience with DB Renovation projects.4. 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 and any questions to Scott Ferguson at scott.ferguson@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 for responses to this market survey.NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50943f2b36f34965b83e7655a3b3da7f/view)
 
Place of Performance
Address: 55167, NY, USA
Country: USA
 
Record
SN05516968-F 20191215/191213230301 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.