Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOURCES SOUGHT

Y -- Ft. Lewis WA, Army Reserve Center

Notice Date
8/10/2012
 
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-FTLEWISARC
 
Response Due
8/25/2012
 
Archive Date
10/24/2012
 
Point of Contact
Patrick Duggins, 502-315-6187
 
E-Mail Address
USACE District, Louisville
(patrick.j.duggins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A market survey is being conducted to determine if there are interested and qualified small business, HUBZone Small Business, 8(a) Small Business, or Service Disabled Veteran Owned Small Business Contractors for the following proposed project: The Design/Bid/Build construction of a 1,200-member Army Reserve Center (ARC) at Fort Lewis, WA. Primary facilities include construction of an ARC training building and Organizational Maintenance Shop (OMS). Buildings 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. Air Conditioning (Estimated 349 Tons). Estimated period of performance is 660 days with an estimated cost range of more than $10M. The current target ceiling for this contract is closer to $40M. NOTE: This is the estimated construction award amount and does not include real estate, S&A, DDC or contingency. NAICS Code is 236220. All interested small business, HUBZone Small Business, 8(a) Small Business, or Service Disabled Veteran Owned Small Business Contractors should notify this office in writing by mail on or before 25 August 2012 @ 2:00 PM EDT. Responses should include (1) Identification as a small business, HUBZone Small Business, 8(a) Small Business, or Service Disabled Veteran Owned Small Business, (2) The level of performance and payment bonding capacity that the company can attain for the proposed project, (3) Past Experience as a PRIME CONTRACTOR: Provide descriptions your firm's past experience on project with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. (Projects considered similar in scope to this project include: army reserve centers, armed forces training centers, office complex, education facilities, vehicle maintenance shops, and multi-story multipurpose complex. Projects similar in size will include: New construction projects with single building or multiple buildings with a combined total of 125,000 SF. Projects of similar dollar value are greater than or equal to $25M). Provide documentation demonstrating construction experience for multi-building projects of similar type buildings involving management of multiple sub-contractors. Request for DBB experience and management of multiple sub-contractors only applies to Army Reserve Centers. Additionally, the following capabilities will be required for this construction project: 1) GBCI LEED Silver certification; 2) environmental compliance with Clean Water Act permitting under section 401 & 404; 3) specialized roof systems requiring registered roof observer; 4) specialized IT systems requiring registered communications distribution designer. Projects of similar dollar value are greater than or equal to $25M. Based on definitions above, for each project submitted included: current percentage of construction complete; the date when it was or will be completed; scope of the project; size of the project; dollar value of the project; portion and percentage of work that was self performed; whether or not the project was design/build. SEND RESPONSES TO THE US ARMY CORPS OF ENGINEERS, LOUISVILLE DISTRICT, 600 DR. MARTIN LUTHER KING JR. PLACE, ROOM 821, ATTN: MORGAN STRONG, LOUISVILLE, KY 40202 or via email to MORGAN.K.STRONG@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-FTLEWISARC/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02835132-W 20120812/120811000303-6f573d739adc8cb4a4226301d5aecbd7 (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.