The RFP Database
New business relationships start here

Roof Replacement for Building 225 at Hill AFB, UT


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

W91238-18-R-0064


This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the
availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Tracy Tenholder at Tracy.N.Tenholder@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.


Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for design-build and design-bid-build construction of the roof replacement for Building 225 located at Hill AFB, UT. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors.


This project is planned for advertising in December 2018.


In accordance with FAR 36.204 and DFAR 236.204, the aggregate magnitude of construction for the resulting contract is expected to be between $25,000,000 and $100,000,000 (for all phases). Each phase is estimated to have a period of performance duration of less than 365 days.


The resulting contract type is expected to be a 5-year, Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC), utilizing Firm-Fixed Prices.


The NAICS Code is 237990 - Other Heavy and Civil Engineering Construction, the size standard is $36.5 million, and the Project Service Code is Z2EB - Repair or Alteration of Maintenance buildings.


Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will
perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction.


Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract.


PROJECT DESCRIPTION:


The scope of this project is to complete renovations to existing Aircraft Maintenance Hangar Building 225 at Hill AFB, UT. The scope of work includes the phased repair and re-roof design and construction of an existing aircraft hangar. These repairs are necessary to support the safe and efficient maintenance practices which are conducted as part of both depot scheduled and unscheduled maintenance operations at Hill AFB. The exterior materials will consist of standing seam metal roofing, single ply membrane roofing, tapered insulation roof panels, composite insulated metal panels, translucent wall panels, and skylights. The structural scope of work consists of replacing the existing roof deck over the barrel roofs (work areas A, B, G, and H), replacing the wood decking over the saw tooth roofs (work areas C and E) with a new roof structure to eliminate the saw tooth configuration, and to correct seismic deficiencies in the entire roof. Additionally, the scope of work includes a new lightning protection system.


Refer to the provided draft roof plan/overview for information only. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation.


CAPABILITY STATEMENT:


The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages.


1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address.


2) Offeror's interest in bidding on the solicitation when it is issued.


3) Offeror's capability to perform similar contracts of this magnitude and complexity and comparable work performed within the past 5 years. Offeror's should demonstrate collective experience in seismic retrofitting, roofing similar to the project scope, and structural steel standing seam continuous curve roof panels. Project will require a registered roofing consultant (RRC) on site at all times. Describe your self-performed work, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. Offeror's D-B and/or D-B-B capability should be reflected in their total project experience.


4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.).


5) Offeror's Joint Venture information if applicable - existing and potential.


6) Offeror's Bonding Capability in the form of a letter from Surety.


The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) compiled document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will
assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered.


Please notify this office in writing by email by 3:00 PM Pacific Time on Wednesday, 23 MAY 2018. Submit response and information through email to: Tracy.N.Tenholder@usace.army.mil. Please include the Sources Sought No. W91238-18-R-0064 in the subject line.


 


Tracy N. Tenholder, Phone 9165575298, Email tracy.tenholder@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP