Pennsylvania Bids > Bid Detail

Letterkenny Building 350 Interior Renovations (PHASE 2)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159311149741929
Posted Date: Feb 13, 2023
Due Date: Feb 28, 2023
Solicitation No: W912DR23X0U2W
Source: https://sam.gov/opp/022f5da43f...
Follow
Letterkenny Building 350 Interior Renovations (PHASE 2)
Active
Contract Opportunity
Notice ID
W912DR23X0U2W
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 13, 2023 01:32 pm EST
  • Original Response Date: Feb 28, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EC - CONSTRUCTION OF PRODUCTION BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Chambersburg , PA 17201
    USA
Description

TITLE: LETTERKENNY BUILDING 350 INTERIOR RENOVATIONS (PHASE 2)



W912DR23X0U2W



THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.





The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the Letterkenny Building 350 Interior Renovations (Phase 2) project to be performed in Chambersburg, PA.



By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice.



Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice.





PROJECT DESCRIPTION:



The proposed project will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a Lowest Price Technically Acceptable Process.



The estimated magnitude of construction is between $10,000,000.00 and $25,000,000.00.



The Government has a requirement for construction services for phased construction for interior renovations to building 350 at Letterkenny Army Depot. The project includes Abatement of hazardous material, windows, interior/exterior doors, roof fall protection, electrical system, removal of abandoned HVAC equipment, HVAC, fire protection system, building automation/management system, and interior finishes. This renovation project will incorporate minimum Anti-Terrorism and Force Protection requirements and bring building to current standards. This building is approximately 379,300 square feet and was originally construction in 1954. The North American Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction) Business Size Standard of $45.0 Million.



Timeline: Construction duration estimated to be 540 calendar days.



Narrative shall be no longer than 15 pages. Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence.





Interested firms must submit the following at a minimum:



1. Firm’s name, address, point of contact, phone number, and e-mail address, and capabilities.



2. Firm’s level of interest in competing on the solicitation when it is issued.



3. Firm’s Business Size – Large, Small, Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HubZone), Woman Owned Small Business (WOSB), certified 8(a) firms, and SBA approved Mentor-Protégé firms.



4. Firm’s Bonding Capacity: Interested firms must meet the single project minimum bonding capacity of $25,000,000.00 to be considered as a potential source. The surety providing the bonding must be clearly identified and listed in the Department of Treasury's Listing of Approved Sureties which can be found at https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570.htm. If not currently bonded, a letter from a listed surety stating capacity for obtaining a sufficient bonding amount must be included.



5. Firm’s experience in successfully completed Design-Bid-Build projects of similar size and scope, and dollar value range of $10,000,000.00 to $25,000,000.00. Similar scope is defined as repair or renovation projects of an industrial or manufacturing facility requiring the renovation or installation of multiple systems and disciplines (e.g., architectural, mechanical, structural, electrical, life safety, etc.) and the applicable commissioning of these systems. Similar size considers both the square footage of the work area and dollar value of the project. To demonstrate similar projects, at least three (3) projects completed in the last seven (7) years should be provided to include:



A. Provide at least one (1) example of a project similar in size and scope where the facility remained partially or completely occupied and operational during the renovation project. Note, how the contractor coordinated and isolated work to minimize impacts to building operations outside of the renovation work area.



B. Provide at least one (1) example of a project similar in size and scope where work followed an approved phasing plan. Provided information should detail who developed the phasing plan (i.e., the contractor or the project owners) and how the contractor managed work in accordance with the approved phasing plan. State if this project utilized any temporary storage or temporary facilities in conjunction with the phasing plan.



C. Provide at least one (1) example of a project similar in size and scope where scheduling software was required or used to manage and periodically update the construction schedule. Provided example should reference the specific scheduling software used and if the project was completed by the approved completion date.



D. Provide at least one (1) example of a project similar in size and scope where a project specific safety program was required and implemented successfully. Provided information should briefly and concisely describe the safety program requirements and note any experience with the USACE EM 385-1-1 – ‘Safety and Health Requirements Manual’.



E. Provide at least one (1) example of a project similar in size and scope where a project specific quality management program was required and implemented successfully. Provided information should briefly and concisely describe the quality management program requirements and note any experience with the USACE ‘Three-Phase Control System Process’ for quality management.



F. Provide at least one (1) example of a project similar in size and scope where risk management methods were implemented. Provided information should briefly and concisely describe how risk management was used to identify and mitigate risks and potential issues which could impact the project’s schedule, quality, and budget.



Note, one project may be used as an example to address more than one of the above bullets as long as three (3) projects are provided at minimum.





SUBMISSION INSTRUCTIONS:



THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.



Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) February 28, 2023. All responses under this Sources Sought Notice must be emailed to Aisha Boykin, aisha.r.boykin@usace.army.mil referencing the sources sought notice number W912DR23X0U2W.



Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact Aisha Boykin via email at aisha.r.boykin@usace.army.mil and Michael Getz at Michael.J.Getz@usace.army.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 13, 2023 01:32 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >