SOURCES SOUGHT
Y -- Design/Bid/Build of a Dining Facility at Ft. McCoy, WI
- Notice Date
- 7/16/2012
- 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-DF-MCCOY
- Response Due
- 7/30/2012
- Archive Date
- 9/28/2012
- Point of Contact
- April Judd, 502-315-7403
- E-Mail Address
-
USACE District, Louisville
(april.c.judd@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 for the construction of a new 20,800 SF Reserve Component Dining Facility on Ft McCoy, WI installation. The new Dining Facility is modeled after the Operational Readiness Training Complex (ORTC) standard design and will follow the United States Army Corps of Engineers (USACE) Facilities Standardization Program. It is designed to serve up to 1428 personnel in three thirty-minute feeding periods. The Building will include a dining area, men's and women's toilet rooms, commercial grade kitchen area, electrical, mechanical and communications rooms, and external storage areas. Central air conditioning (estimated at 70 tons) will be provided for the facility. Force Protection measures have been incorporated including maximum standoff distances, berms, heavy landscaping and bollards where necessary. Construction will include structural steel framing, CMU shear Wall construction, reinforced concrete slabs and foundations. Roof will be of standing seam metal construction. Civil and site construction will include grade, drain and utilities. Contract duration is estimated at 486 days. The estimated cost range is between $5,000,000.00 - $10,000,000.00. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 07-30-2012 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. Provide documentation demonstrating experience with Commercial/Professional Kitchen and Dining Facilities. Provide documentation demonstrating experience with U.S. Army Reserve Projects, Projects at Ft McCoy or other DOD projects. Provide documentation demonstrating successful experience with construction in northern climates or cold regions. a. Projects similar in scope to this project include: Commercial dining facilities, large/high volume restaurants, or other gathering facilities that include commercial grade kitchen and food service capability that are greater than 12,000 SF in size and greater than $6,000,000 in construction costs. b. Projects similar in size to this project include: Minimum 12,000 SF. c. Projects similar in dollar value to this project include: Minimum $6,000,000. (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. Based on definitions above, for each project submitted include: a.current percentage of construction complete and the date when it was or will be completed. b.scope of the project and how it is similar to this one c.size of the project d.dollar value of the project: e.the portion and percentage of work that was self performed, f.whether the project was design/build or not g.identify if project is a DOD component sponsored project and, if so, which (Army, Navy, etc.). h.identify if project is built in a northern US Climate region. Email responses to April Judd at april.c.judd@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: April Judd, Louisville, KY 40202-2267. If you have questions please contact April Judd at april.c.judd@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-DF-MCCOY/listing.html)
- Record
- SN02803988-W 20120718/120716235050-9f415f27aeec901c4ae45780e1c96853 (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 |