Alabama Bids > Bid Detail

117 ARW Global ASNT Transportable Building

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159390507830716
Posted Date: Feb 10, 2023
Due Date: Feb 17, 2023
Solicitation No: W50S6M-22-B-0002
Source: https://sam.gov/opp/069ff0f3a2...
Follow
117 ARW Global ASNT Transportable Building
Active
Contract Opportunity
Notice ID
W50S6M-22-B-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7MT USPFO ACTIVITY ALANG 117
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 10, 2023 03:53 pm CST
  • Original Response Date: Feb 17, 2023 05:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Birmingham , AL 35217
    USA
Description

This is A Sources Sought Notice Only





This is NOT a Request for Proposal or Invitation for Bid; this is for Market Research purposes only, to assist the Alabama Air National Guard to gain knowledge of potential Construction Contractors. This sources sought is intended to identify small business entities capable of performing this project. The 117th Air Refueling Wing does not intend to award a contract on the basis of this market research.





No funds are available at this time.





This Sources Sought notice is to determine if there are an adequate number of qualified, interested small businesses capable of responding to this requirement.





The scope of this project is listed below:



CONTRACT DURATION



210 calendar days from notice to proceed to Beneficial Occupancy. Contract Duration includes time for completion of punch list activities identified at the project final inspection.



The Government intends to occupy existing portions of Building 30 that are not included within the primary work areas during the duration of the Construction. Contractor to coordinate work with the Owner's continued occupation.



The Government intends to occupy the new addition upon Beneficial Occupancy.



PROJECT DESCRIPTION



The Project Scope includes, but is not limited to, the following:



Demolition:



Demolition of existing exterior wall and roof finishes in the area of the proposed addition as indicated on the drawings/required for successful completion of the work.



Demolition of existing exterior site elements as required for the new facility construction.



Minor interior finish demolition within the existing footprint of Building 30 as required to connect to, and extend existing building systems to new addition.



Construction of a 500 square foot addition to Building 30 consisting of, but not limited to the following:



New reinforced concrete foundations and concrete slab-on-grade.



New load bearing concrete masonry walls with a combination of metal wall panels and clay masonry facade elements to match the existing facility.



Steel stud roof framing supporting a new metal deck, new rigid insulation, and new thermoplastic roof membrane.



New dedicated mini-split HVAC systems connected to existing in electrical distribution systems in Building 30.



New LED lighting systems connected to existing electrical distribution systems in Building 30.



New fire alarm devices connected to existing fire alarm systems in Building 30.



Extension of existing wet-pipe sprinkler to serve addition.



Site grading as required for building addition.



New concrete paving systems for facility egress and access.



Sustainability Design and Energy Conservation:



The project has not been registered with USGBC and is not intended to be registered. The project is not intended to achieve any level of LEED certification or any other sustainability certifications; however, in accordance with ANGETL 15-01-01, the project is intended to be "LEED Meritable" and incorporate sustainable design principles and criteria to the maximum extent possible.



In keeping with ANGETL 15-01-01 Contractor shall give preference to sustainable products and materials with higher levels of sustainability including but not limited to materials extracted and manufactured within 500 miles of the project site, materials manufactured using higher levels of recycled content, materials meeting VOC limitations, etc.



Where applicable, minimum thresholds for sustainability criteria are established within the technical specifications. Where not specifically indicated, the Contractor shall give preference to and provide materials that contribute the most to the project's sustainability goal.



Contractor shall provide "LEED Submittals" for all products, materials, and systems indicating a product or material's sustainable attributes for review and approval by the Government; however, input of LEED documentation into the USGBC's LEED online system will be not required. Similarly, LEED credit templates documenting the projects LEED performance will not be required.



Contractor's Qualified Fire Protection Engineer (QFPE) Services



The Contractor shall employ a Qualified Fire Protection Engineer (QFPE) meeting the requirements of UFC 3-600-01.



The QFPE shall review, sign, and certify all fire protection and life safety systems including; but, not limited to fire alarm, mass notification, and sprinkler systems included within the proposed project.



All shop drawing / calculations / material submittals for applicable life safety systems must be reviewed and stamped by the Contractor’ QFPE in accordance with section 9-6.3 of UFC 3-600-01.



Waterflow testing shall be performed under the direction of the Contractor’s QFPE in accordance with section 9-6.4 of UFC 3-600-01. Waterflow testing shall be performed by the Contractor in order to develop required hydraulic calculations. Use of waterflow testing performed by the Architect during design cannot be utilized by the Contractor for preparation of project submittals.



During Construction the Contractor’s QFPE must visit the site in intervals/quantities required to certify that the system has been installed in accordance with the project requirements. At a minimum, the QFPE shall attend/witness the above ceiling inspection and attend/witness final acceptance testing for all fire protection and life safety systems. Additional site inspections are at the discretion of the Contractor’s QFPE. The Contractor’s QFPE shall certify, in writing, that the system has been installed in accordance with project requirements. The Contractor’s QFPR certification shall be in writing, on company letterhead, and include the QFPE’s registration stamp.





This is a combined sources sought announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Alabama Air National Guard to facilitate the decision making process and will not be disclosed outside the agency. The intent of the sources sought synopsis is to identify potential qualified or eligible contractors.





The sources sought synopsis is one facet in the overall market research conducted by the government in regards to whether the proposed solicitation will be issued as a competitive set aside. No procurement strategy will be determined based solely on the information received in response to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a request for proposal and not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research.





The magnitude of this project is between $250,000 and $500,000 in accordance with FAR 36.204. The North American Industry Classification System (NAICS)code for this work is 236220. The small business size standard is $39,500,000 average annual revenue for the previous 5 years. In accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement.





Submission Requirements:



All interested concerns will provide this office, in writing a notice stating their positive intent to submit a proposal as a prime contractor no later than February 17, 2023. The government requests that interested parties respond to this notice with a capability statement not to exceed (NTE) two (2) pages and ensure your SAM UEI number, CAGE code, DUNS number and small business status is identified, per listed NAICS code, and bonding limits; single project and aggregate are included. Capability statements shall be electronically submitted via email only. No paper documents will be accepted or acknowledged.





Phone call or additional emails regarding plans, specifications, solicitation dates, etc.. are highly discouraged as all currently available information is included as part of this notice.





Please email your response for this sources sought to jeffrey.farmer.2@us.af.mil and wade.edwards@us.af.mil The information in this notice is current as of the publication date but is subject to change and is not binding to the government. Oral submission or inquiries of information will not be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR ALANG DO NOT DELETE 5401 E LAKE BLVD54
  • BIRMINGHAM , AL 35217-3595
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 10, 2023 03:53 pm CSTSources 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 >