Similar Projects
Remodel Medical Group Latrines Building 63
Build-out, Renovation
Design
$500,000 CJ est. value
Terre Haute, IN 47803

Third Party Commissioning Building 5
Renovation, Infrastructure
Design
$250,000 CJ est. value
Indianapolis, IN 46202

RFQ Contractor - Grissom Indoor Small Arms Range
New Construction, Infrastructure - 23,000 SF
Bidding
$25,000,000 CJ est. value
Grissom Air Reserve Base, IN 46971

Repair Loading Docks, Bldg. 174
Renovation
Bidding
$500,000 CJ est. value
Marion, IN 46953

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Minor Construction, Renovation, and Repair
Results
$2,000 to $6,000,000 est. value
Sullivan, IN

Stout Field Building 12 USPFO Military Vehicle Loading Ramp Project
Infrastructure
Results
$710,000 CJ est. value
Indianapolis, IN 46241

Construction: Maintenance, Sustainment, Upgrades, Remodeling, and Minor Construction
Term Contract
Design
Bloomfield, IN 47424

Stout Field Building 7 - Phase V Renovations
Renovation
Bidding
$450,000 CJ est. value
Indianapolis, IN 46241

Upgrade Lobby Restrooms
Renovation
Post-Bid
$5,000,000 CJ est. value
Fort Wayne, IN 46805

Camp Atterbury 518-519 Renovation
Renovation
Results
$748,268 CJ est. value
Edinburgh, IN 46124

Add PACS System to Campus (Marion)
Renovation
Design
$1,000,000 CJ est. value
Marion, IN 46953

Camp Atterbury B330 Renovation
Renovation
Bidding
$1,150,000 CJ est. value
Edinburgh, IN 46124

Muncie Armory Caging
New Construction
Post-Bid
Muncie, IN

Last Updated 08/17/2023 02:11 PM
Project Title

RFQ Contractor - Building 41 HVAC Replacement Crane Naval Surface Warfare Center (NSWC)

Physical Address View project details and contacts
City, State (County) Crane Naval Depot, IN 47522   (Martin County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Feasibility Study, Request for Qualifications, Construction start expected June 2023
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

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. Project Location: Crane, Indiana Project Description: The proposed project is to upgrade the building HVAC and controls systems for an existing three-story facility located at the Crane Naval Surface Warfare Center located in Crane, Indiana. Mechanical scope is to replace three 100 Ton variable air volume rooftop air handling units serving general office space and a makeup air rooftop unit serving an open bay area. Mechanical scope also includes insulating existing hot water piping connections for approximately 90 VAVs and replacing unserviceable VAV hot water valves. The controls scope is to replace the DDC HVAC control system which includes providing necessary controllers, actuators, thermostats, controls wiring, monitoring and control points, and a user front end to meet UFC 3-410-02 controls requirements. The electrical scope is to provide power and lightning protection to the replacement equipment on the roof. Contract duration is estimated at 665 calendar days. The estimated cost range is between $1,000,000.00 and $5,000,000.00. NAICS code is 238220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Business contractors should respond to this survey by email on 30 June 2022 by 2:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. A. Projects similar in Scope to this project include: Projects considered similar to this project include but are not limited to building HVAC upgrades which include replacement of rooftop air handling units, makeup air rooftop units, VAV repairs and DDC HVAC control systems including all appurtenances B. Projects similar in size to this project include: Projects similar in size would consist of replacing a minimum 100 ton packaged rooftop variable air handling unit and a gas fired makeup air unit. Scope includes HVAC DDC controls replacement for multiple rooftops packaged systems with a minimum of 80 VAVs. C. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Stephanie Drees at Stephanie.N.Drees@usace.army.mil. If you have questions, please contact Stephanie Drees at 502-315-3270 or Stephanie.N.Drees@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to these sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Award Management, which indicates "All payments by the Government under this contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). 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