Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2021 SAM #7314
SOURCES SOUGHT

99 -- Vehicle Maintenance Shop - Joint Base McGuire-Dix-Lakehurst

Notice Date
12/8/2021 7:01:25 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-JBMDLVMS
 
Response Due
12/22/2021 12:00:00 PM
 
Archive Date
01/06/2022
 
Point of Contact
Scott C. Ferguson, Phone: 5023156215
 
E-Mail Address
scott.ferguson@usace.army.mil
(scott.ferguson@usace.army.mil)
 
Description
A market survey is being conducted in order to make acquisition decisions about this future project and 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, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately. The proposed project is a Military Repair Army Reserve (MRAR) of 7,056 SF Vehicle Maintenance Shop (VMS).� Building is of permanent construction composed of structural steel frames with concrete masonry walls with brick veneer. Building is single-story structure with a slab on grade. Renovation will include utilities replacement, roof/window/door replacement, bathroom upgrades, work bay renovations/upgrades, and HVAC upgrades. Supporting facilities include paving of the site around the VMS, general site improvements and utility connections. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas.� Sustainability/Energy measures will be provided. Facility will be designed to a minimum life of 25 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Contract duration is estimated at 540 calendar days. The estimated cost range is between $1,000,000 and $5,000,000 NAICS code is 236220. All interested Small Businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 21 December 2021, 3:00 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 90 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 project reference (not someone from within your company).� 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: Renovation of industrial, maintenance or automotive repair facilities with deep foundations systems.� Demonstrating experience with cast in place concrete, masonry structures, structural steel, earthwork, underground utilities b. Projects similar in size to this project include: Projects of at least 6,000 square feet will be considered similar in size. 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 dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); 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. 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 scott.ferguson@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. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46ee4026e7664d68a22cc81697ba9cc3/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08641, USA
Zip Code: 08641
Country: USA
 
Record
SN06194330-F 20211210/211208230136 (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.