WSMR SWAF 4 Renovation

expired opportunity(Expired)
From: Federal Government(Federal)
W9126G20R0004

Basic Details

started - 19 Aug, 2019 (about 4 years ago)

Start Date

19 Aug, 2019 (about 4 years ago)
due - 04 Sep, 2019 (about 4 years ago)

Due Date

04 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W9126G20R0004

Identifier

W9126G20R0004
Department of the Army

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE ARMY (132919)USACE (38048)SWD (3862)US ARMY ENGINEER DISTRICT FT WORTH (1251)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award SWAF 4 Renovations, WSMR, New Mexico. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.The purpose of this synopsis is to gain knowledge of interest, capabilities
and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.Statement of Work:The Government is seeking qualified, experienced sources capable of renovating and repairing Special Weapons Assembly Facility (SWAF) 4 (Bldg. 21695) to provide required missile assembly space and ensure compliance with current explosive standards. Abate existing asbestos and heavy metals paint. Repair existing crane rails and supporting structural members. Replace existing 5-ton manual hoists with new explosion-proof electrically operated cranes. Replace and upgrade electrical service to the building and all interior electrical systems, including explosion-proof electrical features in the assembly bays. Install new data and communications systems throughout the facility. Replace and upgrade facility grounding systems, compressed air system, lighting, HVAC and humidity control systems, plumbing, roof, lightning protection system, doors, and windows. Renovate all interior walls, floors, and ceilings. Install new fire suppression and fire alarm systems throughout the facility. Install new onsite septic system. Repaint interior and exterior of facility. Renovate existing restroom space to provide men's and women's restrooms. Install eye wash and chemical showers in the assembly bays. OPTIONAL ITEM: Enclose the West side Portico with insulated metal wall panels, provide HVAC, electrical outlets, lighting, overhead coiling doors for vehicular access, and personnel doors for the enclosed areaThe requirement can be satisfied with a single contract. The contract will be solicited under the North American Industry Classification System Code 236220 Commercial and Institutional Building Construction.In accordance with FARS Part 36, the estimated construction price range is between $5,000,000 and $10,000,000 per period (Base or option periods)Under FAR 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance for services, and 15% of the cost of the contract for construction shall be expended for employees of the concern.Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:1. Firm's name, address, point of contact, phone number, and e-mail address.2. Firm's interest in bidding on the solicitation when it is issued.3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 5 years: brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples.4. Firm's Business Size and/or small business category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women-Owned Small Business)5. Firm's Joint Venture information if applicable - existing.6. Firm's Bonding Capability (bonding level per contract and aggregated bonding level, both expressed in dollars, via letter from the bonding company).Interested Firm's shall respond to this Sources Sought Synopsis no later than 13 May 2019, 10AM (CST). All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Paige Stone, Contract Specialist, USACE-Ft. Worth District, paige.e.stone@usace.army.mil

White Sands Missile Range, New Mexico United StatesLocation

Place Of Performance : N/A

Country : United States

You may also like

CCNY-Aronow Theater Renovation

Due: 22 May, 2024 (in 27 days)Agency: City College of New York

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY