Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2012 FBO #4002
SOURCES SOUGHT

Y -- Upgrade Access Control Points - Defense Distribution Center (Susquehanna), New Cumberland, PA 17070.

Notice Date
11/6/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-13-S-0002
 
Archive Date
1/31/2014
 
Point of Contact
Kevin Cook,
 
E-Mail Address
kevin.j.cook@usace.army.mil
(kevin.j.cook@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS DESIGN-BUILD GENERAL CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of the Upgraded Access Control Points (Posts 3 & 4) project, located at the Defense Distribution Center, Susquehanna, New Cumberland, PA 17070, for the Defense Logistics Agency (DLA). This project is Design-Build using NAICS Code: 236 – Construction of Buildings / 236220 – Commercial and Institutional Building Construction. The magnitude of construction for this project is $10,000,000.00 to $25,000,000.00 million. Small Business contractors must perform a minimum of 20% of the work. Project Description: Design and construction of two Access Control Points. Sources interested in this announcement shall have knowledge and experience to design and construct Access Control Points in accordance with the Department of Army Access Control Points criteria. Interested sources shall have demonstrated experience in designing, scheduling, and phasing similar type projects. Supporting facilities include electric service, water, sanitary sewer, roadway improvements, parking, sidewalks, curbs and gutters, storm drainage, fencing and exterior lighting, CCTV, access control systems, active vehicle barriers, site preparation and improvements, permanent screening facilities, fire protection and alarm systems, and information systems to include all necessary telecommunications and data systems. All required antiterrorism protection measures shall be included at each Post. This project also requires site demolition of existing guardbooths, canopies, bituminous and concrete pavement and tree removal. Interested sources shall submit a qualifications statement demonstrating their ability to perform work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. Interested sources shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Company’s Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award, Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. 4. Provide three (3) examples of projects similar to requirements described in the project description above, within the past five (5) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Interested sources shall include experience in the following areas within the narrative: 5. Designer shall provide demonstrated experience in the Design of Access Control Points in accordance with Department of Army Access Control Points Standard Design/Criteria as prepared by the U.S. Army Corps of Engineers, Protective Design Center. 6. Designer shall provide demonstrated experience in Environmental permitting actions, including but not limited to NPDES Stormwater Management, Erosion & Sediment Control, and federal wetland permitting. 7. D/B contractor shall provide demonstrated experience in Construction of Access Control Points in accordance with Department of Army Access Control Points Standard Design/Criteria as prepared by the U.S. Army Corps of Engineers, Protective Design Center. 8. D/B contractor shall provide demonstrated experience in Phasing construction activities while maintaining all functionality of an existing and active Access Control Point. 9. D/B contractor shall provide demonstrated experience in scheduling design and construction activities for upgrades to an existing and active Access Control Point. 10. D/B contractor shall provide demonstrated experience and references for coordination of design and construction activities with multiple federal, state, and non-governmental agencies. In addition please provide: 11. A letter from the surety regarding the potential Small Business General Contractor’s maximum bonding capability for a single contract action between $10,000,000.00 and $25,000,000.00 million, and total aggregate bonding capacity. All contractor employees working at the project site on Defense Distribution Center, Susquehanna, must possess a social security card. Employees must be either a US Citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at Defense Distribution Center, Susquehanna. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Total submittal shall be no longer than twelve (12) pages in one.pdf file or word document. Email responses are required. Responses are to be sent via email to Kevin.J.Cook@usace.army.mil no later than 1:00 p.m. on 20 November 2012. THIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration (CCR) System, please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0002/listing.html)
 
Place of Performance
Address: New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02925612-W 20121108/121106234511-b07c03594a96208e4128f698f2201a4d (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.