Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOURCES SOUGHT

Z -- Market Survey for Renovation of BN HQ Building, Ft. Knox, Ky

Notice Date
3/9/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
BN-HQ-BLDG-FTK-KY
 
Response Due
3/21/2007
 
Archive Date
5/20/2007
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are qualified contractors, including SBA HUBZone certified, SBA 8a certified, Service Disabled Veteran Owned Small Business (SDVOSB) or local contractors, either large or small businesses, that meet the specific criteria for the following proposed project authorized by the National Defense Authorization Act of FY 2006 (Base Realignment and Closure (BRAC)). The BRAC proejct is located at Ft. Knox, Kentucky. DFARS 226.71, Preference for Local and Small Businesses (revised March 14, 2002) gives preference to local contractors, if they are available and qualified to perform the work if the Government is considering limiting the procurement to HUBZone certified, 8a certified or Service Disabled Veteran Owned Small Business Contractors. Local is defined as having a home office in the county or adjacent county to Fort Knox, Kentucky, which would include the Kentucky counties of Hardin, Hart, Jefferson, Breckinridge , Meade, Grayson, Larue, Nelson and Bullitt. Project title is Renovate BN HQ Building, Ft. Knox, KY. This project will provide construction and renovation services for two existing administrative buildings located at Ft. Knox, KY, of approximately 77,000 SF each. All work will be interior and will include painting, wall demolition and construction, door and jamb removal and replacement, electrical and mechanical improvement and modificatons, minor flooring modifications and applications, minor ceiling modifications and applications. Contract durati on is 360 days. The estimate cost range is between $5,000,000 and $10,000,000. NAICS Code is 236220. All businesses interested in submitting a proposal for this project should notify this office by mail or fax NLT 4:00 PM EST on 21 March 2007. Your response must include the following information: 1) Identify the project of interest to you. 2) Identify the appropriate business category (large business, SBA HUBZone Certified, SBA 8a Certified, Service Disabled Veteran Owned Small Business). 3) Submit proof of projects that you have completed including the name of the project, the construction start and completion dates, the final dollar amount of the contract and a short description of your role and work performed (less than 200 words) and a Point of Contact and Phone Number for the owner of the project. To be considered you must: a) Have served as a prime contractor (add joint venture information if applicable), b) The work must have been successfully completed within the last five years, c) The projects must be similar in size, scope and dollar value to the project of interest. d) Percent of self-p erformed work and how it was accomplished. e) A letter from your bonding company stating that you are bondable for the project indicated in numbered paragraph 1 above. NOTE: If qualified SBA HUBZone certified, SBA 8a certified or Service Disabled Veteran Owned Small Business contractors do not respond, this planned action will be advertised as an unrestricted competitive procurement. NOTE: This is not a Solicitation Announcement or Request for Proposal, and it does not constitute any commitment by the Governemnt. No award will result from this Market Survey. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this sources Sought Notice will be used by the governemnt to make appropriate acquisition decision. All interested sources must respond to future solicitation announcements separately from responses to this Market Survey. This project is scheduled to be ready to advertise NLT 01 March 2007 and scheduled for award in the second or third quarters of Fiscal Year 2007. This project will be awarded as Design-Bid-Build Contracts, and based on the results of the market survey, wi ll be evaluated using one of the following acquisition methods: 1) Best Value Tradeoff Process (FAR 15.101-1); 2) Lowest Priced Technically Acceptable Proc ess - LPTA (FAR 15.101-1). Please submit the requested information to the U.S. Army Corps of Engineers, Louisville District, ATTN: Debbie Lardner, 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville, KY 40202-2267 or fax at 502-315-6193. Please contact Debbie Lardner at 50 2-315-6181 for further information.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01247769-W 20070311/070309221856 (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.