Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912QR-AIRCRAFTMAINTENANCEHANGARFAC437
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 Small Businesses. If your firm is a Small Bu...
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 Small Businesses. 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 solicitation will be for a Design/Bid/Build Add/Alter Aircraft Maintenance Hangar at Grissom ARB, Indiana. Expand Nose Dock #5, FAC 437, into an aircraft hangar by making the following additions and alterations: extend metal building, concrete floor slab and foundations, truss and column steel frame, standing seam metal roof; add brick wainscot, high expansion foam fire suppression system, automatic aircraft doors; correct Occupational Safety and Health deficiencies; and provide handicap access. Upgrade electrical service and distribution, modernize male and female latrines. Security improvements include modified support structure, additional exterior lighting, AECS access control, fragment control windows. Hanger Renovation will be approximately 22,160 Square Feet. Hanger Addition will be approximately 12,000 Square Feet, with a combined size of the Addition/Alteration of the hanger being approximately 34,000 Square Feet. Estimated contract period of performance/contract duration will be approximately 420 calendar days (~14 Months). The estimated cost range will be between $10M and $25M. NAICS code is 236220 (Size Standard: $36.5 million). All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey via email on or before 4 March 2019 by 1:00 PM Eastern Standard Time. Submissions after 4 March 2019 by 1:00 PM Eastern Standard Time will not be considered. Estimated Advertisement Date: 14 May 2019 Estimated Award Date: 31 July 2019 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 up to three (3) example projects completed by you as the prime contractor within the last 7 years which are similar to this project in size and scope. The prime contractor must have self-performed at least 15% of the cost of the contract, not including the cost of materials, with its own employees to be considered similar. An IDIQ contract may be submitted only if a single task order could be considered similar to this project. Task orders may not be combined in order for the contract to be considered similar. a. Projects similar in scope to this project include: Projects considered similar in scope shall be renovation and/or new construction of industrial spaces that include maintenance shops, storage areas, administrative spaces, or other similar spaces. Renovation projects shall include construction of new or substantial alteration (50% or more) to structural, architectural, mechanical, and electrical systems to be considered similar. b. Project similar in size to this project: At least 20,000 Square Feet 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 portion and percentage of the project that was self-performed. 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 Karla.B.Wright@usace.army.mil. If you have questions please contact Ms. Wright at the above email address. 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.