Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
MODIFICATION

99 -- Digital Air/Ground Integration Range

Notice Date
4/4/2018
 
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
W912QRDIGITALRANGE
 
Archive Date
4/24/2018
 
Point of Contact
John Butts, Phone: 5025136591, Magdalena Bernard, Phone: 5023156215
 
E-Mail Address
john.c.butts@usace.army.mil, magdalena.bernard@usace.army.mil
(john.c.butts@usace.army.mil, magdalena.bernard@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Digital Air/Ground Integration Range for Fort Knox, KY Solicitation Number: W912QRDIGITALRANGE Response Date (MM-DD-YYYY): 04-09-2018 at 1000 a.m. Eastern Standard Time 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 to construct a modified standard design Digital Air/Ground Integration Range (DAGIR). Primary facilities include the DAGIR, downrange improvements, site work, range operations control area, control tower, operations/storage building, latrine, vehicle instrumentation dock, renovation of After Action Review (AAR) building, renovation of covered mess, renovation of ammo loading dock, and upgrade of unit staging area. The approximate acreage of this project is 4,000 acres and a total of 4,010 SF of new facilities will be constructed with this project. Supporting facilities include electric service; water, sewer, and gas; paving, walks, curbs and gutters; storm drainage; site improvements, and information systems. The total estimated cost of this project is $10M-$25M. Contract duration is estimated at 670 calendar days. 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 by 9 April 2018 at 1000 a.m. Eastern Standard 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 - Provide descriptions your firm's past experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size and scope. Provide documentation demonstrating DBB experience for large scale range projects of similar type construction involving management of multiple sub-contractors. a. Projects similar in scope to this project include but are not limited to: Construction of tank live fire ranges with supporting facilities as well as the construction of live fire combat aviation aerial gunnery ranges with supporting facilities b. Projects similar in size to this project include but are not limited to: Construction of tank live fire ranges with supporting facilities of at least 1,200 acres as well as the construction of live fire combat aviation aerial gunnery ranges with supporting facilities of at least 1,200 SF. 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. Description of the project including location, client, and primary construction features and materials. 3. Size of the project. (Combined building SF, acres of construction site work, etc.) 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. 6. Identify the number of subcontractors by construction trade utilized for each project. 7. Successful experience in certifying projects for LEED through the Green Building Council Institute (GBCI). 8. 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 SSG John Butts at john.c.butts@usace.army.mil. If you have questions please contact SSG John Butts at john.c.butts@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/W912QRDIGITALRANGE/listing.html)
 
Place of Performance
Address: Fort Knox, Kentucky, 40121, United States
Zip Code: 40121
 
Record
SN04878391-W 20180406/180404231445-3d4776a3a796995616c1fd576824770e (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.