SOURCES SOUGHT
Y -- Robins AFB, GA Consolidated Mission Complex, Phase 2
- Notice Date
- 8/10/2018
- 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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR18CMCPhase2
- Archive Date
- 12/31/2018
- Point of Contact
- Jesse E. Scharlow, Phone: 5023156183, Dominique Doyle, Phone: 5023156137
- E-Mail Address
-
jesse.e.scharlow@usace.army.mil, dominique.doyle@usace.army.mil
(jesse.e.scharlow@usace.army.mil, dominique.doyle@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 an Air Force Reserve Command, Consolidated Mission Complex, Phase 2 at Robins Air Force Base, Georgia, which is approximately 92,000SF. This contract will construct a multi-story building, including reinforced concrete caissons, foundation and floor slabs, steel framing and trusses, exterior walls and roofing system. Includes secure and non-secure spaces. All supporting utilities, pavements and landscaping are included. All interior and exterior communications infrastructure is included. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This facility shall be designed and constructed in accordance with current AT/FP standards. Contract duration is estimated at 730 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. 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 30 August 2018 by 2:00 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 no more than three (3) example projects with either greater than 90 percent construction completion or projects completed in the past five (5) years which are similar to this project in scope and size. Provide documentation demonstrating construction experience for multi-building projects of similar type buildings involving management of multiple sub-contractors. Demonstrated experience includes self-performing 15% of the work. 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: New construction of multi-story administrative/office facilities in excess of 70,000SF. Construction of pre-engineered buildings and renovation projects are not considered similar scope or size. b. Projects similar in size to this project include: 70,000 Square Feet (sf) or greater. 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. 6. The name, title, project role, email address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, and quality of performance. 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 all responses to contract specialist dominique.f.doyle@usace.army.mil. If you have questions please contact Dominique Doyle at 502.315.6137. 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/W912QR18CMCPhase2/listing.html)
- Place of Performance
- Address: 600 Dr. Martin Luther King Jr. Place, Louisville, Kentucky, 40202, United States
- Zip Code: 40202
- Zip Code: 40202
- Record
- SN05031466-W 20180812/180810230845-dd792704203e5e5695780e9fe52aa279 (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 |