SJAFB Bldg 4828 Convert Maint. Hangar into AME Storage Building
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 convert an existing maintenance hangar (Bldg. 4828) into an Alternate Mission Equipment (AME) storage building. The total square footage of the renovation is 10,333SF. The interior of the hangar will be renovated to accommodate the storage of Air Transportable Galley/Lavatory (ATGL), seat pallets, engines, and to provide Crash Damage or Disabled Aircraft Recovery (CDDAR) vehicle parking. Other interior renovations will include the immobilizing of the existing hangar doors, adding vehicle/pedestrian doors, and painting the floors with a non-slip chemical resistant coating. Renovations to the building envelope will consist of siding replacement and roof replacement. Site work will entail providing positive drainage around the building. The project work will comply with DOD antiterrorism/force protection requirements per Unified Facilities Criteria and incorporate applicable US Air Force and high performance green building (HPGB) objectives addressing: site design, water use, energy use reduction (per EPAct 2005 and CFR Title 10 Part 433), building commissioning, materials selection, and indoor environmental quality. Contract duration is estimated at 540 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. 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 11 March 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 90 percent construction completion or projects completed in the past five (5) years which are similar to this project in scope, size, and complexity. Provide documentation demonstrating renovation experience for projects of similar type buildings involving management of multiple sub-contractors. Demonstrated experience includes self-performing 15% of the work. 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: Renovation of structures that include interior renovation to add daylighting, multilevel photocontrol for improved energy efficiency, sprinkler system upgrade, mass notification and fire alarm system upgrade, electrical outlets/switches, lighting, and telecommunication infrastructure. At a minimum, exterior renovation should include insulated panel siding, standing seam roof, electrical distribution, and lightning protection. b. Projects similar in size to this project include: •7,233 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »