Building 756 Painting and Concrete Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract for work that consists of repairs to include, but are not limited to, the following in the Machine Shop 756, Naval Surface Warfare Center Philadelphia, PA:
(1) Preparation and painting of existing ceilings and beams, clearstory, walls, structural members, raised offices support beams, stairs, railings, piping, conduits, overhead bridge crane rails, and wood doors. The preparation of surfaces for painting may include removal and remediation of lead-based paint.
(2) Repair of existing floor slab, floor preparation to the specified surface texture and cleanliness that provides exceptional bonding of overlay materials and painting of floors with Resinous Floor Coating.
(3) Installation of self-leveling underlayment material in location of future office structure.
(4) Installation of raised concrete slab.
(5) Drywall repairs.
(6) Removal of floor tile.
(7) Vertical curb painting.
(8) Safety striping on flooring for work area boundary lines and traffic markings.
(9) Window cleaning.
(10) Masonry repairs.
(11) Extraction, testing, and repair of concrete cores
The contract duration for construction is anticipated at 150 calendar days and the magnitude of this construction project will be between $1,000,000.00 and $5,000,000. The NAICS Code for this project is 238320 and the small business size standard is $15 Million.
This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. Issue date for the Invitation for Bids (IFB), Solicitation No. W912BU19B0002 is anticipated on or about 1 February 2018, as a Small Business Set-Aside procurement under NACIS Code 238320. The bid opening is projected to be conducted on 5 March 2019 at 1:00 p.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted.
The clauses at FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, bidders are urged to inspect the site where the work will be performed. A Site Visit is tentively Scheduled for 15 February 2019. Details will be in the Solicitation. Contact the POC identified in the solicitation within 10 calendar days of the solicitation posting to coordinate their participation.
Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Any contract awarded from the solicitation will contain Liquidated Damages, FAR 52.211-12 -- Liquidated Damages - Construction, the amount will be published with the solicitation.
Solicitation documents, plans, and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis-Bacon rates will be applicable to the construction. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation.
Requests for Information should be sent by e-mail to Robert Hutcheon at robert.w.hutcheon@usace.army.mil on or before 5 March 2019 at 1:00 PM EST.