Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOURCES SOUGHT

Y -- REPAIR BLDG 4 - SCOTT AFB

Notice Date
5/27/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-SCOTT-AFB-BLDG4
 
Response Due
6/7/2011
 
Archive Date
8/6/2011
 
Point of Contact
Patrick Duggins, 502-315-6187
 
E-Mail Address
USACE District, Louisville
(patrick.j.duggins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY IS BEING CONDUCTED TO DETERMINE IF THERE ARE INTERESTED AND QUALIFIED SMALL BUSINESS, HUBZONE SMALL BUSINESS, 8(a) SMALL BUSINESS, OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONTRACTORS FOR THE FOLLOWING PROPOSED PROJECT: Project Description: Building 4 will be renovated to accommodate the 18 Air Force Headquarters and the current Directorate of Manpower & Personnel Services offices of Air Mobility Command. The work in Building 4 will upgrade a 74 year old facility and bring it into compliance with Life-safety Codes, to include structural, fire detection, alarm, suppression and building egress. Upgrades will comply with accessibility requirements of the Americans with Disability Act for building occupants and visitors to include widening access ways, installing an elevator, correcting staggered floor elevations, and ensuring restrooms are accessible. A new mechanical room addition along with new mechanical, electrical, and plumbing systems will be provided to improve energy efficiency. The building will be accessible with a new elevator, the use of verticals lifts and construction of new toilet rooms. Fire safety will be enhanced with new fire alarm and sprinkler systems. Enclosed stair towers will be built for life-safety compliance. A combination of private and open office areas will be provided along with Sensitive Compartmented Information Facilities (SCIF) areas. Renovations are required to meet Anti Terrorism and Force Protection standards to include proper standoff distances, structural enhancements, and blast resistant windows. Scope will also include abatement of asbestos, lead based paint, and elimination of exposure to other hazardous conditions. Restoration and protection of exterior brick and replacement is required. Building 4 is officially a historic building located in the Scott AFB Historic District. Landscaping will be added to create a courtyard area between Buildings 4 and 40, improving force protection for building occupants and compliance with AT/FP standoff. Renovation will incorporate LEED principles. NAICS CODE IS 236220. ALL INTERESTED SMALL BUSINESS, HUBZONE SMALL BUSINESS, 8(a) SMALL BUSINESS, OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONTRACTORS SHOULD NOTIFY THIS OFFICE IN WRITING BY MAIL ON OR BEFORE 07 JUNE 2011 @ 2:00 PM EST. Type of Action: Design/Build RFP. Estimated Performance Period: 540 Days. Estimated Cost: $16M. Projects similar in scope to this project include: Construction of Sensitive Compartmented Information Facilities (SCIF) areas in accordance with DoD criteria, major renovations involving replacement of HVAC, plumbing and architectural systems, renovations of facilities that require State Historic Preservation Office (SHPO) approval of the design, and Design/Build. Projects similar in size to this project include: Minimum 45,000 Square feet in size. Projects similar in dollar value to this project include: $15,000,000. Based on the definitions above, for each project submitted, include: Identify who was the Prime Contractor; Identify if the scope included Construction of Sensitive Compartmented Information Facilities (SCIF) areas in accordance with DoD criteria, major renovations involving replacement of HVAC, plumbing and architectural systems, renovations of facilities that require State Historic Preservation Office (SHPO) approval of the design, and Design/Build; Identify the percentage of self performed direct contract labor excluding other general condition or field overhead personnel, material, equipment, or subcontractors; Current percentage of construction complete and the date when it was or will be completed; Size of the project; Dollar value of the project. SEND RESPONSES TO THE US ARMY CORPS OF ENGINEERS, LOUISVILLE DISTRICT, 600 DR. MARTIN LUTHER KING JR. PLACE, ROOM 821, LOUISVILLE, KY 40202-2267 OR VIA EMAIL TO PATRICK.J.DUGGINS@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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-SCOTT-AFB-BLDG4/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02459310-W 20110529/110527234439-fdbfe55709d39440059d99a42034edbe (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.