Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

Y -- Renovation of WPAFB Air Force Materiel Command Headquarters

Notice Date
10/16/2020 12:20:23 PM
 
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-21-WPAFB_AFMC_HQ
 
Response Due
10/30/2020 10:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
William B. Gevedon
 
E-Mail Address
william.b.gevedon@usace.army.mil
(william.b.gevedon@usace.army.mil)
 
Description
A market survey is being conducted in order to make acquisition decisions about this future project. If your firm is interested in this project please respond appropriately. This project includes the repair, renovation, and modernization of over 500,000 sqft of secure and non-secure office space for the Air Force Materiel Command Headquarters located in Buildings 10262 and 10266 at Wright-Patterson Air Force Base, OH. The Scope of Work for Building 10262 in this project will include: - Removal of existing interior partitions, furnishings, floor coverings, hazardous materials, ceilings, HVAC Systems, plumbing systems, fire alarm system, fire suppression system, lighting systems, electrical power system, telecommunications systems, back-up power generators, and roofs. - Replacement of the roof, HVAC System, plumbing systems, electrical power system, back-up power generators and associated switchgear, telecommunication system, central energy plant, lighting, fire alarm system, fire suppression system, and all interior finish systems. - Improvements to the existing thermal wall envelope including new windows, doors, and thermal insulation in walls. - Exterior fenestrations will be repaired in their entirety. The Scope of Work for Building 10266 in this project will include: - Removal of existing interior partitions, furnishings, floor coverings, hazardous materials, ceilings, HVAC Systems, plumbing systems, fire alarm system, fire suppression system, lighting systems, electrical power system, back-up power generator, telecommunications systems, and roofs. - Replacement of the roof, lightning protection system, HVAC System, plumbing systems, electrical power system, back-up power generator, telecommunication system, lighting, fire alarm system, fire suppression system, and all interior finish systems. - Installation of an elevator. - Improvements to the existing thermal wall envelope includes new windows, doors, and thermal insulation in walls and roof. - Exterior fenestrations shall be repaired in its entirety. - Supporting facilities include: electrical power, water, sanitary, and gas services with connections; paving, walks, and site improvements. Access for individuals with disabilities will be provided. Facilities shall be provided in accordance with UFC 4- 010-1 DoD Minimum Antiterrorism Standards for Buildings. Facilities will be designed to a minimum life expectancy of 40 years in accordance with UFC 1-200-01 General Building Requirements and UFC 1-200-02 High Performance and Sustainable Building Requirements. Contract duration is estimated at 1,500 calendar days for Phase 1 of Building 10262, 900 calendar days for Phase 2 of Building 10262, and 1,100 calendar days for Building 10266. The estimated cost range is estimated between $250,000,000 - $500,000,000. NAICS code is 236220.� All interested Prime contractors and Subcontractors should respond to this survey by email 30 October 2020 by 1:00 PM Eastern Standard Time. If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in, your business status, and your socio-economic category.� Complete Item 4 below for the feature(s) of work you are interested in. Responses should include: 1. Identification and verification of the company�s business status. 2. Contractor�s Unique Identifier 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 no more than three (3) example projects with either greater than 95 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.� Projects similar in scope to this project include: Renovation of existing office space consisting of demolitions of interiors to concrete floors / columns. Installation of new HVAC, electrical, communications, fire protection, LHS improvements and new finishes. � � Projects similar in size to this project include: Projects with multi-story buildings consisting of at least three stories and 250,000 square feet will be considered similar in size. � � 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.� Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 20% 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 to William.B.Gevedon@usace.army.mil. If you have questions please contact Blake Gevedon at William.B.Gevedon@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 from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a943930b211d4776820e6641788e3cd8/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN05829901-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.