SOURCES SOUGHT
Y -- Westover Indoor Small Arms Range
- Notice Date
- 11/2/2017
- 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-18-WESTOVERRANGE
- Archive Date
- 12/1/2017
- Point of Contact
- Marcel D. Hull, Phone: 5023156184
- E-Mail Address
-
Marcel.D.Hull@usace.army.mil
(Marcel.D.Hull@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 a Design-Bid-Build to construct an Indoor Small Arms Range, approximately 23,200 SF, with associated storage and restrooms at Westover ARB, MA. The range is to be a 28 point live fire range facility with 25 meter firing lanes. Construction shall consist of all utilities, reinforced concrete foundation, concrete floor slabs, block and metal stud walls with metal panel veneer, roof system, interior walls and finishes, steel deflector plates, bullets trap, overhead baffles, target retrieval system, sound reflection reduction, range ventilation system, HVAC systems, electrical systems, and fire protection in accordance with ETL 11-18 Small Arms Range Design and Construction. Construct supporting utilities, driveways, and walkways as required. Properly manage any asbestos chip soil contamination. Demolish existing parking lot and outdoor range structures to include lead contaminated soil management and site restoration. Project shall comply with antiterrorism/force protection requirements identified in the DoD unified Facilities Criteria. Contract duration is estimated at 450 calendar days. 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 November 2017 by 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 descriptions of up to (3) three projects with greater than 90% completed by you as the prime contractor within the last 7 years which are similar to this project in size and scope. A. Projects similar in scope to this project include: Permanently constructed, fully enclosed, fully contained multi-lane (greater than 10 lanes) indoor firing ranges that include metal bullet traps with dust-management systems; lead contaminant ventilation/exhaust systems; overhead baffle systems; and administrative/support spaces. An IDIQ contract may be submitted only if a single task order could be considered similar to this project. Task orders may not be combined in order for the contract to be considered similar. B. Projects similar in size to this project include : Facilities greater than 15,000 SF. C. Based on the information 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: Description of the project including location, client, and primary construction features and materials. c. Size of the project: At least 15,000 SF and include completed facility square footage and number of firing lanes. d. The portion and percentage of the project that was self-performed. e. Description of specific construction elements / activities that were self-performed. 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. Interested Offerors shall respond to this Sources Sought Synopsis no later than 16 November 2017 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Marcel Hull, Contract Specialist, at: Marcel.D.Hull@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. 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-18-WESTOVERRANGE/listing.html)
- Place of Performance
- Address: Westover ARB, MA, 57 Patriot Ave, Chicopee, Massachusetts, 01022, United States
- Zip Code: 01022
- Record
- SN04729670-W 20171104/171102231048-e489904a1dd73b517e4c232a19d7268d (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 |