MODIFICATION
Y -- Design and Construction of a Medical Support Operations Facility at Ft. Campbell, KY
- Notice Date
- 3/27/2018
- Notice Type
- Modification/Amendment
- 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-SOFSUPPORTFACILITY
- Archive Date
- 4/21/2018
- Point of Contact
- Rey V. Custodio,
- E-Mail Address
-
rey.v.custodio@usace.army.mil
(rey.v.custodio@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 Design and Construction (Design-Build) of a one-story permanent Medical Support Operations Facility. The medical support operations center includes 8,500 SF of administrative space for medical personnel, training and supply area. The facility will include fire detection and suppression, intrusion detection, and access control systems. Supporting facilities will include: all utilities, a protected distribution system for secure communications between buildings, POV parking, walks, curbs and gutters, storm drainage and other site improvements. Comprehensive building and furnishings related interior design services are required. Access for handicapped persons will be provided. Air conditioning will be provided by self-contained systems (74kW). Contract duration is estimated at 480 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 on 06 April 2018 by 10:00 am Eastern Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number 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 a minimum of one (1) but no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. 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. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. a. Projects similar in scope to this project include: Construction of single or multi-story Commercial, Industrial, and Administrative Office Buildings. Renovation is not considered similar. If your project is not Design/Build, please include a description of your capability to complete a Design/Build project. The prime contractor must have self-performed at least 15% of the cost of the contract, not including the cost of materials, with its own employees to be considered similar. 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: 6,000+ square feet c. Base on the definitions 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 6,000 SF and include completed building square footage. d. The dollar value of the construction contract and whether it was design-bid-build or design-build. e. The type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s). f. Identify the number of subcontractors by construction trade utilized for each project. g. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. h. The portion and percentage of the project that was 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 6 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 the time and date listed above. ALL RESPONSES MUST BE EMAILED to Rey Custodio, Contract Specialist, at: Rey.V.Custodio@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-SOFSUPPORTFACILITY/listing.html)
- Place of Performance
- Address: Fort Campbell, Kentucky, United States
- Record
- SN04868873-W 20180329/180327232054-91672a1ffffde8a6f59190bbfba3ac14 (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 |