Similar Projects
Z2da--660 (Con) Engineering / 660-21-3-6484-0430 / Fisher House Building Front Door Replacement (Va-21-00062650)
Term Contract
Design
Salt Lake City, UT 84148

Murray City Hall Public Art Piece - Stained Glass above Council Chamber Doors
Renovation
Design
$100,000 CJ est. value
Murray, UT 84107

MFR Camp Williams Roof Replacement
Renovation
Sub-Bidding
$150,000 CJ est. value
Riverton, UT 84065

(660) Building 42 Door Replacement and Security Upgrades
Renovation
Sub-Bidding
$100,000 CJ est. value
Salt Lake City, UT 84111

DFCM Construction-DFCM Governors Mansion Window Renovation and Roof Replacement
Post-Bid
$350,000 est. value
Salt Lake City, UT 84103

DFCM Governors Mansion Exterior Windows Renovation and Roof Replacement
Post-Bid
Salt Lake City, UT 84103

Eccles Theater Door Replacement
Results
$90,000 to $100,000 est. value
Salt Lake City, UT 84111

U Hospital Mediserve Renovo Dock Remodel - Hollow Metal Doors and Frames
Results
Less than $31,871 est. value
Salt Lake City, UT 84113

D2 Accordion Door Steel
Term Contract
Post-Bid
Draper, UT 84020

Foldable Partition Doors - Westvale Elementary
Results
West Jordan, UT 84088

2021 D2 Accordion Door Classroom Prep
Term Contract
Post-Bid
Draper, UT 84020

DFCM Construction-VBS Construction-UTNG Nephi Readiness Center
New Construction - 54,300 SF
Results
$16,100,000 est. value
Salt Lake City, UT

ADA Door Operators for The INN Between
Alteration
Post-Bid
Salt Lake City, UT 84105

Murray Mansion Windows Restoration Project
Alteration
Results
Murray, UT 84107

GSA R8 Utah Full Facility Maintenance Services
Term Contract
Post-Bid

Last Updated 07/28/2022 05:02 AM
Project Title

RFQ D/B - USACE SPK DB Construction - 88th Readiness Division (RD) Exterior Door Renovation - Fort Douglas

Physical Address View project details and contacts
City, State (County) Salt Lake City, UT 84113   (Salt Lake County)
Category(s) Government/Public, Single Trades
Sub-Category(s) Military Facility, Windows/Doors
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement for design-build construction services to repair and renovate buildings and infrastructure in support of the Army's 88th Readiness Division (RD) at Fort Douglas, Utah. The project is anticipated to include developing Government concept design drawings and specifications from 35% to 100%, repairing or replacing approximately 124 doors and/or door frames, transoms, and sidelites for twelve (12) buildings (including buildings 28, 100, and 102 - 109, which are designated historical buildings), addition of one (1) new common access card entry terminal in six (6) buildings, and installation of new common access card entry systems in two (2) buildings. Renovations must serve mission needs economically and practically and meet obligations under the National Historic Preservation Act (NHPA). Repairs or changes made to significant (contributing) resources must comply with Section 106 of the NHPA and associated guidelines for treatment of historic properties. All work must comply with the Secretary of the Interior's Standards for the Treatment of Historic Properties with Guidelines for Preserving, Rehabilitating, Restoring & Reconstructing Historic Buildings, as well as applicable National Park Service Technical Preservation Briefs. Design concurrence from the State Historic Preservation Officer will be required before construction begins. The project is anticipated to include two (2) potential optional items: Option #1: Fully replace doors 100-1 and 100-2 with historically accurate door assemblies including door leaves, frame, transom, and sidelites. Option #2: Replace existing door leaves and frames on doors 100-10, 100-12, and 100-13 with historically accurate door assemblies excluding transoms; existing transoms will remain in place. The potential requirement may result in a solicitation issued approximately August 2022. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately 30 September 2022. It is estimated that construction of the anticipated requirement can be completed within ninety (90) calendar days. In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the Government currently estimates the magnitude of construction for this project to be between $1,000,000 and $5,000, 000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 Million annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2JZ, Repair or Alteration of Miscellaneous Buildings. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 inch x 11 inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, Employer Identification Number (EIN; previously DUNS #), address, point of contact, phone number, and e-mail address. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Jeremy Grimley, at (jeremy.j.grimley@usace.army.mil) by 1000 / 10:00 a.m. (PT) Thursday, 4 August 2022. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents