Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOURCES SOUGHT

99 -- Joint Base Myer-Henderson Hall: Army Family Housing Renovation Project, Virginia/District of Columbia

Notice Date
12/18/2019 8:11:55 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201 USA
 
ZIP Code
21201
 
Solicitation Number
PANNAD20P0000001613
 
Response Due
1/18/2020 11:00:00 AM
 
Archive Date
02/02/2020
 
Point of Contact
Aaron Jones, Phone: (410) 962-0674, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
Aaron.G.Jones@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(Aaron.G.Jones@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB), requests letters of interest from qualified industry partners interested in performing work on the potential Joint Base Myer-Henderson Hall (JBM-HH) Army Family Housing Renovation Project, Virginia/District of Columbia (DC). By way of this Market Survey/Sources Sought Notice, the USACE � Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder.� The responses to this Notice will be used by the Government to make appropriate acquisition decisions.� Therefore, the acquisition decision to be issued will in part depend upon the capabilities of the responses to this notice. Responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.� It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The USACE NAB has been tasked to solicit for and award construction services for JBM-HH Army Family Housing of Fort McNair, D.C. and Fort Myer, VA. The proposed project is of great historical significance and will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with Federal Acquisition Regulations (FAR) procedures for Invitation of Bid.� There are 53 historical family housing buildings built between 1896 and 1932, located at two housing areas: Fort Myer and Fort McNair.� Over the years the Buildings have deteriorated due to age and lack of proper maintenance. In addition, repair work has resulted in the loss of historical preservation, inadequate floor plans, excessive square footage, and lack of energy efficiencies; therefore, the inventory is currently rated: Installation Status Report � Infrastructure (ISR-I) Red.� Renovation of the 53 buildings will occur over a 5-year period, with the first 15 buildings currently under design contract with USACE. The first 15 buildings (four located at Ft. Myer and eleven located at Ft. McNair) consist of three separate styles of buildings, which all have historic character-defining features such as original brick and mortar, original stairwells and millwork, original doors, and slate roofs. Repairs are to be by replacement of new materials unless designated as a historic feature to retain (exterior Flemish-bond brick fa�ade, columns, window trip, doors, stairwells, trim, etc.). The purpose of this notice is not only to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Large and the Small Business Community to include Small Business (SB), Section� 8(a),� Historically� Underutilized� Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB),� and� Women-Owned� Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. The Government is also interested in seeking to gain knowledge from Large� businesses� and are� not� prohibited� from� submitting� a� response� to� this notice. In accordance with DFARS 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $25,000,000 and $100,000,000. The North American Industry� Classification System (NAICS) code for this� procurement� is� 236220 �which� has� a� small� business� size� standard� of� $39,500,000.00.� Prior Government contract work is not required for submitting a response to this sources sought notice. SCOPE: This project is for the potential renovation of the�following historic buildings per the project plans and specifications: Four� (4) senior non-commissioned officer duplex buildings (total of eight (8) housing units); 5,187 Gross Square Feet (GSF) per building; built in 1932; located on Fort Myer, VA; Buildings 426, 427, 428 and 431. Six (6) flag officer single family buildings; 6,985 GSF per building; built from 1903-1905; located on Fort McNair, Washington, DC; Buildings one (1) through six (6). Five (5) senior non-commissioned officer duplex buildings (total of 10 housing units); 6,047 GSF per building; built from 1905-1908; located on Fort McNair, Washington, DC; Buildings 23, 24, 25, 26 and 27. Renovations are �down to the stud� and include repair/replacement to: -Existing slate roofs (varying from leak repairs to full replacement) -Leaking gutters/downspouts -Exterior masonry and foundation cracking -Exterior windows and doors, porches and exterior stairs -Interior ceilings, staircases, flooring (wood/tile/carpet), doors, trim including crown molding and -baseboards -Removal of over-painting on historic woodwork identified for preservation -Interior kitchens and bathrooms (to include cabinets, fixtures, range, hood fan, etc.) -Mechanical, electrical and plumbing (replacement of all wiring, panels, piping and systems) -Smoke detectors and carbon monoxide detectors -Minor repairs to exterior sidewalks -Grading for adequate drainage -Landscaping -Waterproofing for infiltration in basements and stairwells -Floor-joists -Building structure All buildings on Ft. McNair are 3-stories with unfinished basements, while the buildings on Ft. Myer are 2-stories with unfinished basements. Basements will remain as unfinished. All buildings to have ducted HVAC systems constructed � currently the buildings either have no duct work or limited duct work that cannot be salvaged. All buildings will be completely vacated prior to construction contract award. Dust and noise control are required as neighboring buildings will remain occupied. Construction lay-down and staging areas will be provided on post as close as possible to the buildings. All construction debris must be hauled off-site and disposed of properly. Lead paint and asbestos remediation is required on all buildings. Radon ventilation may be required. Buildings do not need to be ADA compliant. Responders should address ALL of the following in their submittal.� 1. Firm's name, address, point of contact, phone number, email address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 236220, with a small business size standard in dollar of $39.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small-Disadvantaged Business, Woman- Owned Small Business, HUBZone Small Business, or 8(a) Business. 4.� Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, please explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractors. 6. Provide at least two (2) but no more than five (5) examples of completed projects similar to the requirements described below within the past ten (10) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Responders shall have experience in the areas listed below (items a. through c. and at least one (1) item from d. through i.) and provide narratives identifying that specific experience for the following: a. Historic residential-type renovation construction with an emphasis on masonry and brick repointing. b. Experience working in the District of Columbia and Northern Virginia area. c. Experience with Construction of structural and foundation modifications of existing buildings. d. Mechanical, electrical and plumbing (replacement of all wiring, panels, piping and systems) e. Existing slate roofs (varying from leak repairs to full replacement) f. Interior ceilings, staircases, flooring (wood/tile/carpet), doors, trim including crown molding and baseboards g. Interior kitchens and bathrooms (to include cabinets, fixtures, range, hood fan, etc.) h. Site work (landscaping, sidewalk, etc.) 7. What do you think is an adequate timeframe for the magnitude of this requirement?� Please explain with recommendation. (No more than 1 page). 8. By consolidating all of these buildings, is there any risk associated with this to small business or �in general, by consolidating the buildings? Please provide your thoughts and expert opinions. (No more than one page). �� 9. Total submittal shall be no longer than ten (10) pages in one (1) .pdf file.� Double sided pages will count as two (2) separate pages. Comments will be shared with the Government and the project design team, but otherwise well be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 18 January 2020 by Noon (EST). All responses under this Sources Sought Notice must be emailed to Aaron Jones, Contract Specialist � aaron.g.jones@usace.army.mil referencing the source sought notice number PANNAD-20-P-0000 001613. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Aaron Jones via email - aaron.g.jones@usace.army.mil. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 236220 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71e6a88353fc43b4ac85b943932a5d6c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05520786-F 20191220/191218230142 (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.