Inactive
Notice ID:W912QR-19-WPAFBIPC
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 a design, bid, build requirement. Add a controlled/secured multi-floor facility to intelligence production facilities at Wright-Patterson Air Force Base. Work includes structural frame, metal panel & pre-cast exterior walls; computer room with raised floor, intelligence production, freight and personnel elevators, and communications computer equipment; 2,500 KW emergency generator; and atrium. Alteration activities include measures to ensure code compliant facility connection to the new addition; mitigate multiple Fire Safety Deficiency 1's by eliminating 3 dead-end corridors, 4 exit door bottlenecks, and provide required egress. Overall project will add approximately 256,000 SF and alter approximately 22,500 SF. Contract duration is estimated at 880 calendar days. The estimated cost range is between $100,000,000 and $250,000,000. 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 03/08/2019 by 10:00 AM 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 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: new construction of multi-story, secure administrative and conference space in compliance with ICD 705 requirements, to include all associated communications and utility features b. Projects similar in size to this project include: 150,000 SF of secure administrative 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 percentage of work that was self-performed as project and/or construction management services or physical construction type work. 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 meranda.r.booth@usace.army.mil. If you have questions please contact M. Renee Booth at 502-315-2641. 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.