Inactive
Notice ID:W912QR-19-GENMAINTHANGARPAFB
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, cert...
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 Design/Bid/Build to construct a HC-130J General Maintenance Hangar at Patrick Air Force Base, Florida. Primary facilities include the construction of a 3,661SM general purpose maintenance hangar to accommodate one HC-130J aircraft with shops space for; corrosion control, fiberglass/composites with clean/dirty transition, metals tech, and structures. Work includes constructing reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and other necessary work to make a complete and useable facility. Includes personnel support area, storage areas for hazardous materials, tools, supplies, and equipment. Hangar area will be provided with High Expansion Foam fire suppression, fall protection system, and bird netting. Also included are all associated utilities, site work, communications support, and a fire pump. Environmental controls to include floor drains connected to a sanitary sewer system, pavements, parking areas, exterior lighting, and landscaping and other support work associated with the project. Project shall comply with antiterrorism/force protection requirements identified in the DoD unified Facilities Criteria. Contract duration is estimated at 720 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 Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 14 February 2019 by 2:00 Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number 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 construction completion or projects completed in the past five (5) years which are similar to this project in scope, size, and complexity. 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: New construction of Aircraft Hangers to include administrative areas and back shops. Installation of office interior finishes, mechanical, plumbing, electrical systems, fire alarm, communications systems and windows that meet ATFP standards. b. Projects similar in size to this project include: •30,000 Square Feet (sf) or greater 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.Whether the project was Design/Bid/Build or Design/Build. 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 all responses to contract specialist adam.m.wantland@usace.army.mil. If you have questions please contact Adam Wantland at (502) 315-6197. 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.