Grissom ARB, IN - Renovate Squadron Operations (Fac 663)
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. Project Location: Grissom Air Reserve Base, Indiana Project Description: Repair the electrical wiring, switch gear, unserviceable piping, plumbing fixtures, lighting and HVAC equipment. Upgrade all lighting with energy efficient luminaries. Inspect and repair as necessary all natural gas handling equipment. Right size all administrative office spaces per FOCUS guidance using de-mountable partitions and open office concepts. Repair roof from accumulating precipitation and snow drift. Repair leaks in pavements at rear entrance to stop the flooding of the, below grade, theater stage area. Refresh all interior finishes to include floor coverings, wall coverings, ceiling coverings, painting and trim. Replace all exterior windows and doors with energy efficient units. Upgrade sprinkler systems mass notification and alarm systems to meet latest codes. Alter all features and aspects of the facility to bring it into full compliance with the latest building codes, life safety codes anti-terrorists/force protection (AT/FP) measures plus the Air Force energy conservation policies. This Project shall incorporate all applicable aspects of the AFRC Energy Policy. "Right Size" Building 663 to accommodate two squadrons. Total renovation SF approximately 26,400 SF. Contract duration is estimated at 720 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 Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email by Wednesday, June 26, 2019 by 2:00 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. Description of Experience - Interested construction firms must provide no more than three (3) past projects with greater than 90 percent construction complete or those projects completed within the last five (5) years where the interested firm served as the prime contractor. Provide documentation demonstrating experience for projects of similar type projects including: 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: Projects considered similar in scope are renovation projects with mixed-uses similar to the following: administrative/support spaces, training rooms, locker rooms and theaters. Projects shall include renovation work with substantial alteration/replacement (50% or more) to roofing, mechanical, and electrical systems to be considered similar. Pre-engineered Metal Buildings are not considered similar in scope. b. Projects similar in size to this project include: Construction of 19,000 square feet or more. c. Based on definitions above, for each project submitted include: i. Current percentage of construction complete and the date when it was or will be completed ii. Scope of the project iii. Size of the project iv. The dollar value of the construction contract and if the projects were design/bid/build or design/bid. v. The type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical and vertical and horizontal construction by construction trade(s). vi. Identify the number of subcontractors by construction trade utilized for each project. vii. 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 Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil. If you have questions please contact Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil. 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 for responses to this market survey.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »