Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOURCES SOUGHT

Y -- Construction only project for the repair and renovation of the 1st and 2nd floors of Building 10856 at Wright-Patterson Air Force Base (WPAFB), OH.

Notice Date
1/18/2017
 
Notice Type
Sources Sought
 
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-WPAFB10856
 
Archive Date
2/16/2017
 
Point of Contact
Rey V. Custodio,
 
E-Mail Address
rey.v.custodio@usace.army.mil
(rey.v.custodio@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 to replace AHU-4 and AHU-7 on the 1st and 2nd floors of Bldg. 10856, including return fans and all associated ductwork, diffusers and controls, and rezoning of the HVAC systems. New HVAC systems to be VAV with HW reheat with new DDC controls and economizer. Project also includes reconfiguration and renovation of spaces on both floors to include new ceiling grid, new carpet, painting, patch work as required, plaster ceiling demolition and replacement for a complete and useable facility. Total area of work approximately 78,000 square feet. The secure walls are CMU construction and over the years have had holes created in the wall. Patch all unused holes in wall in accordance with ICD 705. The size and types of equipment to be used include a 26,000 CFM air handler, 30 HP total supply and return plenum fans, 90 ton hydraulic chilled water coil and 543 MBH hydronic heating hot water coil. Contract duration is estimated at 336 days. The estimated cost range is between $5 Million and $10 Million. 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 01 February 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: Replacement air handler projects, controls, and infrastructure system renovations, asbestos abatement, chiller distribution systems with associated controls, and interior renovation of secure facilities on military installations. b. Projects and equipment similar in size to this project include: 26,000 CFM air handler, 30 HP total supply and return plenum fans, 90 ton hydraulic chilled water coil and 543 MBH hydronic heating hot water coil and renovation of 58,500 sq. ft. interior secure space. 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 type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s). 6. Identify the number of subcontractors by construction trade utilized for each project. 7. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 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 Rey Custodio at rey.v.custodio@usace.army.mil. If you have questions please contact Rey Custodio at the email address above. 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-WPAFB10856/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, United States
 
Record
SN04374138-W 20170120/170118234440-af39a38be52b082d05530a386ce0ed20 (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.