SOURCES SOUGHT
Y -- Construct a DOIM (Directorate of Information Management) Network Enterprise Center (NEC) Information Technologies (IT) facility
- Notice Date
- 6/3/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-10-FTMCCOY
- Response Due
- 6/17/2010
- Archive Date
- 8/16/2010
- Point of Contact
- Nicholas Ebbinghaus, 5023157402
- E-Mail Address
-
USACE District, Louisville
(nicholas.ebbinghaus@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A MARKET SURVEY is being conducted to determine if there are adequate Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed project: A MARKET SURVEY is being conducted to determine if there are adequate contractors for this proposed Design-Build project which meet the specific criteria for a competitive set-aside award. Ft McCoy. near Sparta and Tomah, WI in Monroe County Construct a DOIM (Directorate of Information Management) Network Enterprise Center (NEC) Information Technologies (IT) facility, including the installation's primary server farm and administrative space for all 65 NEC personnel. This project consolidates the NEC into one permanent building. The new building will be designed and built to properly accommodate the required HVAC systems, communications wiring, etc. necessary to house a large server farm/IT operation. This facility will serve as the primary IT support facility on the Ft McCoy installation. Functions of this building will include: the installation's server farm, telecommunication network, house personnel that provide centralized technical support to all of the Ft McCoy installation. The building will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for the disabled will be provided. Physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Past Experience Projects considered similar in scope to this project include new construction of information technology/data center, buildings with raised floor area with large emergency generator (500 Kilowatt) electrical power backup, national guard armories, army reserve centers, armed forces training centers, office complexes, past work with Army Corp of Engineering, and education facilities. Prefer experience, with 3 projects (three separate projects) similar or greater in size, which includes new construction projects with a single building or multiple buildings with a combined total of 25,000 square feet. Construction of pre-engineered buildings does not count toward the 25,000 square feet. Projects of similar dollar value will be new construction projects with an original contract amount is between $5M and $10M. All interested contractors should notify this office by email by June 17, 2010, 2:00 PM Louisville local time Responses should include: (1) Identification of the company as a Small Business and if applicable, the type of SBA program(s) (HubZone, 8(a), Small Disadvantaged Veteran-Owned Business, etc.) as appropriate. (2) past experience should describe completed projects, the percentage of self-performed work, how that was accomplished, demonstrate the ability to complete a project in one construction season without prolonged impact. (3) capability of obtaining performance and payment bonds for the project in the dollar range listed above, (4) a statement verifying the contractor will self-perform 20% of the work and how it will be accomplished. NOTE: If qualified/certified Small Businesses do not respond, this planned contract action will be converted to a full and open competition. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. M.L. King, Jr. Place, Room 821, ATTN: Nicholas Ebbinghaus, Louisville, Kentucky 40202-2267 or by email to nicholas.ebbinghaus@usace.army.mil. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-FTMCCOY/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02168093-W 20100605/100603235715-13179a8f193cb556fcd32fdc0085fe44 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |