The RFP Database
New business relationships start here

AFMES Warehouse Addition/Alteration Dover AFB


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

FedBizOps
Action Code: Sources Sought
Subject: Armed Forces Medical Examiner System (AFMES) Warehouse Addition/Alteration Dover AFB
Response Date: 24 October 2019 3:00 PM EST
Place of Performance: 116 Purple Heart Drive, Dover, AFB, DE 19902

SOURCES SOUGHT: THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.
The U.S. Army Corps of Engineers, Philadelphia District, is conducting market research to identify potential certified Small Business sources in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HubZone Small Business (HubZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability of performing Design-Bid-Build construction services for Armed Forces Medical Examiner System Warehouse Addition/Alteration, located at Dover Air Force Base, Delaware (a restricted access installation). The magnitude of this construction project will be between $1,000,000 and $5,000,000.
DESCRIPTION: The proposed project is the Armed Forces Medical Examining System (AFMES) Warehouse Addition/Alteration for the construction of a one‐story addition consisting of 2,500 gross square feet and renovations of an existing 3,300 square feet to provide the following functions
a. Warehouse space
b. Locked storage for short term storing of goods
c. New telecommunication room
Work under this project shall include Civil, Architectural, Structural, Fire Protection, Plumbing, Mechanical, Electrical, Telecommunications and Fire Alarm.
The new warehouse shall be a free‐standing structural steel framing system, constructed on aggregate pier foundations.
Renovation of the existing warehouse includes, but is not limited to demolition or deconstruction of existing storage rooms and office partitions, suspended ceilings, and associated mechanical and electrical support systems as applicable for the new concept layout. The existing man door and overhead door at the Staging area will be removed in order to provide access into the new warehouse storage addition. Existing partitions and doors into the Accessioning and Receiving Reception that face the Staging area will be demolished and reconfigured to align with the Corridor in the addition. Three existing windows located off a corridor as well as two windows in the existing Lounge will be removed and in-filled to match existing adjacent construction. Existing curtain-wall located on the Second Floor overlooking the new warehouse will be removed and in-filled to match existing adjacent construction.
Selective demolition of existing partition walls, finishes and systems is required. Work also includes demolition of existing site features, and new site work including relocation of existing equipment, paving and site utilities.


The project will require the contractor to perform the new construction and renovation in two (2) phases to accommodate moving of existing stored materials for this project. The construction site is adjoined to an active facility and the contractor will be required to ensure site safety and prevent public access. AFMES functions will not be interrupted which could require after hours utility connections and/or scheduling weekend work for vibration disturbances that could affect laboratory testing.
The contract duration for both new construction and renovation is anticipated at 365 calendar days.
TYPE OF CONTRACT AND NAICS: This is a sources sought notice only. The North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $36.5 million.
TYPE OF SET-ASIDE: N/A. The purpose of this solicitation is to identify potential certified Small Business sources.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project will be between $1,000,000 and $5,000,000.
SUBMISSION: All interested Small Business contractors should respond to this survey by email no later than 24 October 2019 at 3:00 PM Eastern Time. Responses must include identification and verification of the company's small business status. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions.
The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. The Capability Statements shall not exceed fifteen (15) pages, following the set format described below.
Respondents must include References and a Capability Statement for at least two (2) completed projects within the last seven (7) years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice.
1. REFERENCES. Each reference shall include the organization name and title, telephone number, and point of contact.
2. CAPABILITY STATEMENT. Provide evidence of sufficient available bonding capacity with the bonding company name, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects.
The Capability Statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the following specific capabilities:
Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope, and complexity.
For purposes of this Sources Sought, "relevant project" is defined as follows:
A. Similar Size: A single facility 2,500 SF or greater for single-level covered structures.
B. Similar Scope: New construction and renovation of warehouse spaces.
C. Similar Complexity: Project(s) demonstrating the ability to manage a multi-phased addition/alteration project of at least 2,500 square-feet, construction of warehouse spaces, and construction/renovation on an active facility with personnel working in adjacent spaces.
While the requirements listed under Complexity are mandatory, it is not required that all be included in one project. Requirements are allowed to be listed throughout the maximum five-project requirement.
All responses shall include: (1) Numbers of contracts and indicate whether your participation as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the construction services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity, DUNS number, CAGE Code, and statement regarding small business designation and status.
RESPONSES ARE DUE ON 24 OCTOBER 2019 by 3:00 PM Eastern Time. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by email to the following address: Gregory.C.Keaton@usace.army.mil and Susan.Li@usace.army.mil. Questions or comments regarding this notice may also be addressed by email to Susan.Li@usace.army.mil.


Susan , Contract Specialist , Phone 2156566765, Email susan.li@usace.army.mil - Gregory C. Keaton , Contract Officer, Phone 215-656-3826, Email gregory.c.keaton@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP