SOURCES SOUGHT
Y -- Design/Bid/Build of Space Renovation for 412 EWG Facility 20004B at Wright-Patterson AFB Ohio
- Notice Date
- 5/23/2012
- 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-12-AFEWES-WPAFB
- Response Due
- 6/5/2012
- Archive Date
- 8/4/2012
- Point of Contact
- Stacy L Horsley, 502-315-6205
- E-Mail Address
-
USACE District, Louisville
(stacy.l.horsley@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is being relocated to Facility 20004, bay B (20004B). Work includes all labor, equipment, and materials to modify and construct approximately 15,000 SF of space in Facility 20004 to current secure laboratory workspace needs. Selective demolition and installation of new HVAC, electrical, architectural, communications, and security systems is required. Work will provide workspaces constructed in accordance with JAFAN 6/9, including; perimeter security/alarm notification system, security control systems, and floor to ceiling (STC50 rated) interior walls. The project will provide radio frequency countermeasure simulation capability, permitting the evaluation of technology operating in hostile electronic warfare conditions. Included in the project is a radio frequency chamber, control rooms, staging areas, classified equipment and spare parts storage, and supporting administrative space for researcher offices. Contract duration is estimated at 364 days. The estimated cost range is about $5,000,000.00. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 06-05-2012 by 12:00 Noon Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Descriptions of Experience - Provide descriptions of your firm's past experience on projects more than 90% complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. a. Projects similar in scope to this project include: Construction projects completed within the last 7 years which included a minimum of 10,000 square feet of dry laboratory space that was constructed in accordance with DCID 6/9 or JAFAN 6/9 criteria. b. Projects similar in size to this project include: 10,000 Sq. Ft. or greater c. Projects similar in dollar value to this project include: minimum of $4,000,000.00. (4) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Stacy Horsley at stacy.l.horsley@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Stacy Horsley, Louisville, KY 40202-2267. If you have questions please contact Stacy Horsley at stacy.l.horsley@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-12-AFEWES-WPAFB/listing.html)
- Record
- SN02756897-W 20120525/120524000820-e858976c1e701987488ec9214d4a8b33 (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 |