SOURCES SOUGHT
Y -- Davis-Monthan Guardian Angels Squad Ops
- Notice Date
- 11/5/2015
- 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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-16-David-MonthanAFB
- Archive Date
- 12/9/2015
- Point of Contact
- Kelvin Demtrius France, Phone: 5023782129
- E-Mail Address
-
kelvin.d.france@usace.army.mil
(kelvin.d.france@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 57,950 sq ft Guardian Angel Operations Facility including warehouse and equipment storage yard. Single story facility with split-face masonry block, EIFS over Insulated Concrete Form Wall, reinforced concrete foundation and floor slab, structural steel frame, standing seam metal roof, restrooms, locker rooms, and shower rooms. Provide fire detection/protection, utilities, site improvements, landscaping, sceen walls, parking, walkways, access roads, paved operational equipment yard, pavements demolition, and all necessary supporting facilities for a complete and usable facility. Estimated advertisement date is mid December 2015. Estimated award date is late March 2016. Contract duration is estimated 500 days. The estimated cost range is between $10 Million - $25 Million. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Verteran Owned Business. Contractors should respond to this survey by email 11/24/2015 at 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience- Interested construction firms must provide example(s) projects where firm served as the prime contractor. Each project must include the name, title, project role, email address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value,quality of performance and portion and percentage of the project that was self preformed. Example(s) projects must be of similar size and scope. a. Projects similar in scope to this project include: New construction of an administration building or schools projects. Renovation or rehabilitation work will not be considered similar in scope. Pre- engineered metal buildings or warehouses will not be considered similar in scope. b. Projects similar in size to this project include : New construction of 45,000 SF or greater. c. Based on the definitions above, for each project submitted, include: i. Current percentage of construction complete and the date when it was or will be completed. ii. Scope of the project. iii. Size of the project. iv. The portion and percentage of the project that was seld preformed. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to MSG Kelvin D. France at kelvin.d.france@usace.army.mil. If you have questions please contact MSG Kelvin France at kelvin.d.france@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 any future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-David-MonthanAFB/listing.html)
- Place of Performance
- Address: David-Monthan AFB, AZ, United States
- Record
- SN03939656-W 20151107/151105234809-7c15db453c8a8ad80ccb2f573940b97f (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 |