SOURCES SOUGHT
Y -- Construct Ammunition Supply Point, Ft. Carson, CO
- Notice Date
- 2/6/2018
- 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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-18-S-M013
- Archive Date
- 4/30/2018
- Point of Contact
- Stephanie A. Harr, Phone: 4029963713
- E-Mail Address
-
stephanie.a.harr@usace.army.mil
(stephanie.a.harr@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Identification Number: W9128F-18-S-M013 This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $15-$25M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to Stephanie.A.Harr@usace.army.mil no later than 2:00 p.m. MST, 6 March 2018. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. Project Description: Construct an Ammunition Inspection Repair and Repacking facility (approx. 24,000 SF), Ammunition Storehouse (approx. 16,000 SF), Earth Covered Magazines (ECM - quantity 4) Igloo-Style Storage (approx. 9,880 SF total), and Open Storage Area (approx. 12,000 SY) at Ft. Carson, Colorado. The facilities also include building information systems, fire protection and alarm systems, Intrusion Detection Systems (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Supporting facilities include site development, utilities and connections, lighting, paving, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided for the facilities. Department of Defense (DoD) Minimum Antiterrorism for Buildings standards are required. Facilities will include energy efficiencies, building envelope and integrated building systems performance for sustainable buildings. Cyber Security Measures will be incorporated into this project. Submission Details: All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required. Please include the following information in your response/narrative: • Company name, address, and point of contact, with (h)er/is phone number and email address • Business size to include any official teaming arrangements as a partnership or joint venture • Details of similar projects and state whether you were the Prime or Subcontractor • Dates of construction work • Project references (including owner with phone number and email address) • Project cost, term and complexity of job • Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $15-$25M. Telephone inquiries will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-S-M013/listing.html)
- Place of Performance
- Address: Ft. Carson, Colorado, 80112, United States
- Zip Code: 80112
- Zip Code: 80112
- Record
- SN04812229-W 20180208/180206231648-0c9559328770c421df88b1e2c9043407 (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 |