Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2012 FBO #3837
SOURCES SOUGHT

Y -- Design/Bid/Build of CIF at Fort McCoy, WI

Notice Date
5/25/2012
 
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-CIF-FTMCCOY
 
Response Due
6/1/2012
 
Archive Date
7/31/2012
 
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 the United States Army Corps of Engineers (USACE), Facilities Standardization Program, Large Central Issue Facility design. The building will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frame with pre-cast concrete wall panels, standing seam metal roofing, mechanical systems, electrical systems, and a fire protection sprinkler system. Supporting facilities will include site improvements, paving, exterior lighting, landscaping, and extension of utilities. Physical security measures will be incorporated into design including maximum feasible standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distance cannot be maintained. The Administration area of the facility will be air conditioned. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Fort McCoy is a Total Force Training Center and provides installation support for over 120,000 reserve and active component military forces that train at Fort McCoy annually. This project will provide Fort McCoy's installation CIF organization with a modern warehouse facility specifically designed for CIF operations. The facility is needed for the receipt, stock, issue, exchange and turn-in of designated Organizational Clothing and Individual Equipment (OCIE) items to soldiers. This facility is needed to support the Soldier performing Extended Combat Training, Battle Assemblies and additional to typical CIF operations would be the need to support Mobility Inventory Control Accounting System (MICAS), Army Combat Uniforms (ACU) and the Rapid Fielding Initiative (RFI). The building will consist of a queuing/orientation area, manager's office, general offices, lunch/break room, conference room, fitting rooms, male and female toilets, mechanical room, shipping/receiving offices, and warehouse space including the issuing and turn-in stations. Central air conditioning will be provided for the administration and office area of the facility. Contract duration is estimated at 525 days. The estimated cost range is about $11,030,000.00. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 06-01-2012 by 4:00PM 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: Projects considered similar in scope to this project include new construction of national guard armories, army reserve centers, armed forces training centers, office complexes, education facilities, or vehicle maintenance shops. For each project submitted, identify demonstrated ability of meeting minimum LEED Silver in accordance with EPACT05 including sustainability and energy reduction measures. b. Projects similar in size to this project include: Projects similar in size will include new construction projects with a single building or multiple buildings with a combined total of 60,000 SF. c. Projects similar in dollar value to this project include: new construction projects with an original contract amount in excess of $8,000,000.00. (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-CIF-FTMCCOY/listing.html)
 
Record
SN02758802-W 20120527/120525234800-727c6393510873985e967a747bdaa227 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.