Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOURCES SOUGHT

99 -- Walla Walla District Headquarters Office Renovation

Notice Date
9/20/2024 11:31:15 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF24RSS42
 
Response Due
10/4/2024 3:00:00 PM
 
Archive Date
10/19/2024
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802, Chandra D. Crow, Phone: 5095277202
 
E-Mail Address
leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil
(leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil)
 
Description
Sources Sought Notice: W912EF24RSS42 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: �Walla Walla District Headquarters Office Renovation.� The work is located at the US Army Corps of Engineers District Office Building in Walla Walla, Washington.� This will be a firm-fixed-price construction contract.� The magnitude of construction is between $10,000,000 and $25,000,000 and 100% performance and payment bonds will be required.� The North American Industry Classification System (NAICS) code for this project is 236220 and the associated small business size standard is $45,000,000.00.� This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.� This is not a solicitation.� Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� A). Interested contractors should submit at least three (3) Project examples demonstrating similar work to the following Summary Scope of Work, within the last ten years (10). For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, Contract number if available, the dollar value and the completion date.� Provide a brief narrative/description of how the project examples relate to the Summary scope of work below. Also include whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm and NAICS code associated with project. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B). A reference list for each of the projects submitted in #1 below.� Include the name, title, current phone number and email address. C). Provide a statement of your firm�s business size (HUBZone, Service-Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� D). Provide a statement that your firm intends to submit an offer on the project when it is advertised. E). Provide your firm�s bonding capacity.� A statement from your surety is NOT required. F). Unique Entity ID (UEI) and Cage Code. In addition to the above, the Government requests comments from interested parties to the following questions: a. Would your firm be interested in submitting a proposal considering the summary scope of work?� If not, why? b. What do you consider are the most critical criteria that would distinguish one company�s capabilities from/over another? Explain? c. Does your firm have any comments or suggestions that you would like to share with the Government? Submissions: Capabilities package/response submittal must be received no later than 3:00 PM Pacific Time on 30 September 2024.� Any information submitted is voluntary. Submit this information to LeAnne Walling, Contract Specialist, and Chandra Crow via email to leanne.r.walling@usace.army.mil and Chandra.d.crow@usace.army.mil Summary of Scope of Work: 1).� Construction: Demolish 605 linear feet of existing walls to maximize workspace.� Construct 415 linear feet of new walls to create new offices and conference rooms.� Full replacement and re-design of kitchenettes on all three floors to provide full accessibility and updated fixtures.� 2). Interior Finishes: Replace all flooring and floor base. Paint all walls and all solid ceiling surfaces including soffits. 3). Furniture: Full replacement of lobby furniture, all systems furniture (cubicles) and private office furniture as well as storage shelving in a new redefined storage area. 4). Electrical: Full replacement of all lighting and lighting controls throughout the interior of the building to upgrade to LEDs.� Install all electrical and data cables in access floor and wall locations for new workstations. 5). Mechanical:� Modify existing HVAC locations to accommodate new enclosed offices and new conference rooms. 6). Fire Protection:� Install a new fire annunciation panel in lobby.� Modify sprinkler head locations to accommodate new enclosed offices and new conference rooms. 7). Contractor Access and Work Hour limitations: The office building will be occupied throughout the duration of the project, Normal business hours for US Army Corps personnel will be 6:00am to 6:00pm Monday through Friday. On-site construction activities will be limited to specific areas. 8). All on-site work must be completed within 1,825 calendar days from mobilization to the job site and will be broken into TBD distinct phases. On-site construction is estimated to begin on August 1, 2025. Anticipated Industry Day: Mid to Late October 2024 Anticipated Solicitation:� March 2025 Anticipated Award: August 2025 Additional information: All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance.� In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1.� A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor�s on-site operations.� The SSHO shall possess a minimum of 5-years experience in construction safety on similar projects, shall have completed the 30-hour OSHA Construction Safety training within the last 5 years, and shall have completed at least 24 hours of formal safety training each year for the past 5 years. Perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures.� Prior to commencing on-site work, complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.� The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. Establish and manage an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance.� A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor�s operations.� The CQC System Manager must possess a minimum of 5 years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site.� In addition, the CQC System Manager shall have completed the course entitled �Construction Quality Management for Contractors� within the last 5 years.���� The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various forms of information throughout the contract period.� QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network.� The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor-furnished submittals for items such as preconstruction plans, product data, test reports, and contract closeout documentation as required by the technical specifications of the contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/40933ee13c5a46628845d1fb97ad2221/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN07219964-F 20240922/240920230121 (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.