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 Vehicle Maintenance Facilities and Construction of Unit Storage Buildings, 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
VMF-USB-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 projects authorized by the National Defense Authorization Act of FY 2006 (Base Realignment and Closure (BRAC)). The BRAC projects are 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 Ve teran 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. There are two (2) projects for this survey. The first project is Renovate Vehicle Maintenance Facilities, Ft. Knox, KY. This project will provide construction/renovation services for four existing Vehicle Maintenance Facilities located at Ft. Knox, KY of approximately 7,700 SF. The four buildings are located in the same vicinity. Work includes modifications to the existing buildings including the following: exterior metal panels and brick, overhead doors, exterior and interior pedestrian doo rs and door jambs, interior floor, wall, ceilings and roofs. The three buildings on the Colby site will require a complete roof replacement. The roof above the administrative space on the building located at Mansfield will require repairs. Mechanical an d electrical upgrades shall also be addressed. Proper connection to utility systems, including but not limited to the energy monitoring and control system, fire protection and alarm systems shall be required. Supporting facilities include water, sewer, e lectric, gas, paving, walkways, storm drainage, site improvements and information systems. Provide all site improvements necessary to support the new building facilities. Contract duration is 360 days. The estimated cost range is $5,000,000 and $10,000, 000. NAICS Code is 236220. The second project is Construct Unit Storage Building, Ft. Knox, KY. Provide construction services for 66,875 square feet of pre-engineered metal Unit Storage Buildings. The Unit Storage Buildings are located in the IBCT Complex area at Ft. Knox, KY. Wo rk includes Construction of multiple buildings that vary between (5) different sizes. The Unit Storage Building shall be constructed in 25' x 100', 25' x 150', 25' x 200', 25' x 300', or 25' x 425' arrangements. The buildings shall include overhead doors located in every other bay. The buildings shall also have proper connection to utility systems, to include but not limited to: the energy monitoring and control system, fire protection and alarm systems. Supporting facilities include water, electric, g as, paving, walkways, storm drainage, site improvements and information systems. Provide all site improvements necessary to support the new building facilities. Contract duration is 360 days and may be combined with the Vehicle Maintenance Renovation. T he estimated cost range is between $5,000,000 and $10,000,000. NAICS Code is 236220. All businesses interested in submitting a proposal for either of these projects should notify this office by mail or fax NLT 4:00 PM EST on 21 March 2007. Your respons e must include the following information: 1) Identify the project(s) of interest to you. 2) Identify the appropriate business category (large business, SBA, HUBZone Certified, Service Disabled Veteran Owned Small Business). 3) Submit proof of projects t hat 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 informati on 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(s) of interest. d) Percent of self-performed 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. Both projects are scheduled to be ready to advertise NLT 01 March 2007 and scheduled for award in the second or third quarters of Fiscal Year 2007. Both projects will be awarded as Design-Bid Build Contracts and based on the results of the market survey, will be evaluated using one of the following acquisition methods: 1) Best Value Tradeoff Process (FAR 15.101-1); or 2) Lowest Priced Technically Acceptable Process - LPTA (FAR 15.1.1-1). 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 unrestricte d competitive procurement. NOTE: This is not a Solicitation Announcement or Request for Proposal, and it does not constitute any commitment by the Government. No award will result from this Market Survey. The purpose is to conduct market research to ga in knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the government to make appropriate acquisition decision. All interested sources must respond to future Solicitation Announcements separately from respo nses to this Market Survey. Please submit the requested information to the US Army Corps of Engineers, Louisville District, ATTN: Debbie Lardner, Contract Specialist, 600 Dr. Martin L. King Jr. Place, Room 821, Louisville, KY 40202-2267 or by fax at 502 -315-6193. Please contact Debbie Lardner at 502-315-6181 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
SN01247770-W 20070311/070309221857 (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.