Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
MODIFICATION

Y -- Two consolidated projects to renovate various hangars to support the new KC-135 Beddown Mission.

Notice Date
12/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-KC135_FuelHangar
 
Archive Date
1/19/2017
 
Point of Contact
Marquita Washington,
 
E-Mail Address
Marquita.Washington@usace.army.mil
(Marquita.Washington@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 Business and you are interested in this project please respond appropriately. The proposed project is for Repair/Renovate buildings 917 (28,324 SF), 915 (8,135 SF), and 907 (27,231 SF) to accommodate KC-135 maintenance activities and organizational structure manning. Work will be required in both hangar bays and administrative areas. Work will consist of replacing HVAC to include distribution, AHUs, controls, boilers, and supporting utilities. Hangar bays will receive radiant heat. Fire protection systems including MNS will be replaced throughout the administrative areas. The current AFFF system will be replaced with High Expansion Foam in Hangar Bay. The electrical, lighting, ceilings, flooring, doors and wall finishes will be replaced and/or repaired throughout the facility. Roof replacement is required over high slope and low slope area. Restroom/locker room facilities will require repairs to meeting current mission requirements. Contract duration is estimated at 380 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 Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 04 January 2017 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) 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. a. Projects similar in scope to this project include: Demo and renovation work to convert an aircraft hangar to meet current mission support requirements. Interior and exterior work should consist of work to exterior roofing, repairs to electrical, mechanical and fire protection systems. Interior work should also reflect alteration work to hangar bays and administrative offices, latrines, showers, and storage rooms. b. Projects similar in size to this project include: 30,000+ SF concurrently in various buildings. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. 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; 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 to Marquita Washington at Marquita.Washington@usace.army.mil. If you have questions please contact Marquita Washington at Marquita.Washington@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-17-KC135_FuelHangar/listing.html)
 
Place of Performance
Address: Niagara Falls Air Reserve Station (ARS), Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN04359446-W 20161224/161222235303-360d2d8b502556c17dab3533f41aca46 (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.