Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

99 -- WPAFB BLDG. 280 MODERNIZATION

Notice Date
12/17/2019 10:47:25 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
W912QR20WPAFB
 
Response Due
1/15/2020 11:00:00 AM
 
Archive Date
01/30/2020
 
Point of Contact
Robert Glenn, Phone: 502-315-6449
 
E-Mail Address
robert.glenn2@usace.army.mil
(robert.glenn2@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 approximately 122,000 SF or greater repair of the exterior walkways and ramps and provide handrails for Bldg. 280 at WPAFB, Dayton, OH. The project also includes the repair and replacement of exterior siding on the north and south facades. Additionally, work to include the recoating of the roof with a mesh reinforced elastomeric coating (MREC) system and replace gutters and downspouts. Replace HVAC systems in the areas at Doors 1 and 14. HVAC work includes replacement of conditioned air generation and distribution systems and related ceiling removals, replacements, and adjustments of above-ceiling utilities to accommodate the HVAC work. Replace electrical distribution panels at Doors 1 and 14 (including related connections, breakers and switches). Facility-wide repairs include replacing the main electrical transformers, switchgear, bus ducts and distribution panels in the mechanical rooms. Repair and modernize the facility fire suppression and detection systems, including water supply. Contract duration is estimated at 420 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 Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 15 January 2020 by 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Entity Identifier(s) (formerly DUNS 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 descriptions of up to (3) three projects with greater than 95% completion by you as the prime contractor within the past five (5) years which are similar to this project in 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. Example projects must be of similar size and scope.� �� Projects similar in scope to this project include: � Renovation of offices and administrative areas to include repair and replacement of HVAC systems, electrical distribution panels, facilities as well as exterior repairs. Similar scope includes facility-wide repairs including replacing the main electrical transformers, switchgear, bus ducts and distribution panels in the mechanical rooms, as well as repairing and modernizing the facility fire suppression and detection systems, including water supply. Projects similar in size to this project include: � Projects similar in size will include projects with renovation of approximately 60,000 SF or greater. � � � c.�� Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Please make sure you discuss experience in the following four areas if applicable. Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The type and percentage of the contract cost, excluding cost of materials that was self-performed as physical vertical and horizontal construction by construction trade. Describe the work your company self-performed Provide 2 references 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. Interested Offerors shall respond to this Sources Sought Synopsis no later than 15 January 2020 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Robert Glenn, Contract Specialist, at: Robert.Glenn2@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/bf1d03ca9c584eb2981e308265e12dbf/view)
 
Place of Performance
Address: Dayton, OH, USA
Country: USA
 
Record
SN05519777-F 20191219/191217230155 (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.