Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
SOURCES SOUGHT

Y -- Fire Station at Dobbins Air Reserve Base, Georgia.

Notice Date
9/2/2016
 
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-DobbinsFireStation
 
Archive Date
10/1/2016
 
Point of Contact
Roland Lim,
 
E-Mail Address
roland.lim@usace.army.mil
(roland.lim@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, Woman-Owned Small Business 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 Main Combination Structural/ Aircraft Rescue Firefighting Station (21,765 SF) to replace existing fire station building 745. Construction includes spread footing foundation, concrete floor slab, brick veneer masonry wall, steel frame and PVC roofing system. Cost is based on multistory building with four drive-through bays for eight fire engines. The facility layout includes administration, communications, training, living quarters and reserve training unit areas. Facility will include outside storage for trailers, equipment, tires, fire extinguishers, mechanical equipment and staging areas. All exterior and interior communications are included. Construct sidewalk, roadway, fencing and paving. The existing fire station will be demolished after construction of the new facility. This project will be required to receive a United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) rating of Silver and meet all AT/FP requirements. Air Conditioning: 62 Tons. Contract duration is estimated at 720 days - two phases. Phase 1 construction 540 days, Phase 2 will be 180 day moving period and demolition. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 16 September 2016 by 1:00 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 no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Projects considered similar in scope to this project are new construction buildings to include but are not limited to: Fire Stations, educational facilities, Reserve Centers, Military Headquarters buildings, Vehicle Maintenance Shops, and office buildings. Renovation projects are not considered similar scope. b. Projects similar in size to this project include: Projects similar in size will include: building(s) having a combined square footage of at least 15,000 SF and minimum of 2 acres of construction site work. c. Based on the information above, for each project submitted, include: 1.) Current percentage of construction complete and the date when it was or will be completed. 2.) Scope of the project. 3.) Size of the project. 4.) The dollar value of the construction contract and whether it was design-bid build or design-build. 5.) The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. 6.) Describe trades and work required to complete the project. Examples: types of mechanical systems, roofing systems, or specialty trades. 7.) Provide 2 references. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. 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 Roland Lim at Roland.Lim@usace.army.mil. If you have questions please contact Roland Lim at Roland.Lim@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-16-DobbinsFireStation/listing.html)
 
Place of Performance
Address: Dobbins Air Reserve Base., Marietta, Georgia, 30067, United States
Zip Code: 30067
 
Record
SN04253666-W 20160904/160902234738-dcc6211efb40c8e7ce8d6911271793e3 (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.