Project Description:
Magnitude of Construction is between $1,000,000 and $5,000,000.
Work for this project consists of the renovation and remodel of the existing building, existing parking lot and existing access road. The existing building is 27,040 SF office building consisting of three, two-story, hexagonal "pods" connected at the upper level by bridges on a 35.25 acre site. The ground level of Pods 1 and 2 are unexcavated or a crawlspace.
1. Existing Building: The existing pods will have some modifications made to the
interior to provide additional offices within the existing spaces, provide
accessible toilet rooms, upgrade/replace mechanical, plumbing and electrical
equipment.
2. Existing Front Parking Lot: The existing visitor parking lot will be modified to
improve circulation, accommodate four (4) RV parking spaces, increase visitor
parking to twelve (12) spaces and increase employee parking by eleven (11)
spaces. There will be four (4) accessible spaces provided.
The Work shall be conducted in six (6) Phases. The existing facility will be
fully occupied for the construction duration and all utilities shall be maintained to the
existing buildings and radio tower.
SOURCE REQUEST INFORMATION:
In order to determine the extent of industry interest and experience in this requirement, contractors shall submit a written response to: (USDA Forest Service-Black Hills National Forest, Attention: William Highland, 1019 N 1st St. Custer, SD 57730, email [email protected], or FAX (605) 673-9286 no later than by 16 May 2011, 4:00 pm, MT.
Responses shall include:
1) Name of firm, point of contact, mailing address, and phone, Tax ID, and DUNS Number.
2) Identification of the appropriate business classification (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned, Woman Owned Small Businesses, or Small Business as indicated at www.ccr.gov (Anticipated solicitation NAICS code is 236220 with a size standard of (33.5 million dollars).
Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.
3) List prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last three years. Statements should include:
A. Brief description of previous services provided, to include dollar value.
B. Customer/purchaser. Point of Contact with phone number, and a description of the experience and how the referenced experience is relevant to the services described herein.