Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOURCES SOUGHT

99 -- Construction of Target Structure at Ft. Knox

Notice Date
11/10/2020 11:46:53 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-21-FTKNOX_TRAINING_STRUCTURE
 
Response Due
11/23/2020 11:00:00 AM
 
Archive Date
12/08/2020
 
Point of Contact
William B. Gevedon
 
E-Mail Address
william.b.gevedon@usace.army.mil
(william.b.gevedon@usace.army.mil)
 
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 requirement. Construct a 19,200 SF Training Target Structure for specialized sustainment training to defeat complex, hardened facility targets. This structure will be 3 stories with a walkout at the roof. No current facility exists to provide this necessary training. Structure will provide infrastructure to support repetitive and iterative training on the full spectrum of functional defeat options. Structure will provide the necessary connections and supports for cast-in place/BTRF walls, roofs and interior walls that allow necessary breaching and use. These entry points are reconfigurable with anchors for continuous replacement due to damage caused from breaching. Structure will have support facilities as required by code and training. Heating and cooling requirements for the telecommunications rooms will be provided by self-contained units. Supporting Facilities include electric service, storm drainage, and site improvements. Accessibility for individuals with disabilities is not required as this facility is for training by able-bodied personnel only. Measures in accordance with Department of Defense (DoD) Minimum Antiterrorism for Building standards will not be provided as this is an uninhabited facility. Comprehensive building and furnishings related interior design services are not required. Sustainability and energy enhancement measures are included as applicable for an uninhabited facility. Contract duration is estimated at 720 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. 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 11/23/2020 by 2:00 PM 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 � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. 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 training facilities, multistory Shoothouse containing two or more stories, to include supporting facilities consisting of electric services, storm drainage, and associated site improvements. b. Projects similar in size to this project include: At least 15,000 SF of training space c. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project.� Size of the project. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 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 william.b.gevedon@usace.army.mil. If you have questions please contact Blake Gevedon at 502-315-6791. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/aa6dbded270646918398f51d71cd5b08/view)
 
Record
SN05850935-F 20201112/201110230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.