Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

99 -- DBB - construction to Renovate Materials Analysis Lab F/20071

Notice Date
6/17/2024 9:12:15 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-24-REN-MATE
 
Response Due
6/26/2024 12:00:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Megan Murphy
 
E-Mail Address
megan.murphy@usace.army.mil
(megan.murphy@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 Small Business and you are interested in this project please respond appropriately. Project Location: Wright Patterson Air Force Base � Dayton, Ohio Project Description:� This project is for a Design-Bid-Build construction to Renovate Materials Analysis Lab F/20071. This project consists of renovation of 8,400 sq ft across multiple laboratories in facility 20071 to expand interior space, upgrade security, and modernize research space.� The project includes construction of second floor areas in 1, 2, 6, & 7 STANDs. Existing machine shop equipment presently located in 2-STAND will be relocated to 7-STAND.� Renovation of 6 & 7 STANDs includes removal/repair of concrete floors and installation of new vibration-isolated floor slabs in 7-STAND. The mechanical support space located between 6 & 7 STANDs will be renovated to include the addition of new restrooms on the first floor and administrative space on the 2nd floor. The 2nd floor area will be extended to connect with the northern exterior wall.� Upgrades to 6 & 7-STANDs includes installation of new HVAC and roof repairs. Renovations also include upgrades to 1 and 2 STANDs, and 6 & 7 STANDs as Special Access Program (SAP) areas in compliance with ICD 705 standards including installation of Intrusion Detection Systems (IDS) and Access Control Systems (ACS). Contract duration is estimated at 836 calendar days. The estimated cost range is between $10,000,000 and $25,000,000.� NAICS code is 236220.� All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via email by Wednesday, June 26, 2024 by 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI)) 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 up to �three (3) projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, and scope. �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 include:� Renovation of multi-story Industrial Laboratory Facilities, with storage mezzanine, office/administrative areas and all associated site work. NOTE: Following issuance of the solicitation, as part of the proposal evaluation phase, additional consideration may be given to projects that demonstrate experience with ICD-705.� Projects similar in size to this project include:� Combined square footage of at least 6,300 SF. 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. Whether the project was ICD-705 compliant.� 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 Megan Murphy at Megan.Murphy@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. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4918826fd6994b408e06a7bb0175d6e9/view)
 
Place of Performance
Address: Dayton, OH, USA
Country: USA
 
Record
SN07100188-F 20240619/240617230122 (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.