Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOURCES SOUGHT

Y -- Renovate a 43,800 SF building to accommodate a new Weapons Maintenance and Operations Center at U.S. Army Garrison  Detroit Arsenal in Macomb County, Michigan.

Notice Date
3/20/2008
 
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
W912QR-08-DETROITARSENAL
 
Response Due
4/4/2008
 
Archive Date
6/3/2008
 
Point of Contact
Katie E Lochner, 502-315-6189
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(katie.e.lochner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate HUBZone, 8(a), or Service Disabled Veteran Owned Business (SDVOB) contractors to set this project aside. Renovate a 43,800 SF building to accommodate a new Weapons Maintenance and Operations Center at U.S. Army Garrison  Detroit Arsenal in Macomb County, Michigan. The renovated facility will include a two story construction for soldier training rooms and related functions, high bay shop area, hardstand, temporary mobile office t railers, and building information systems. Install an intrusion detection system (IDS) for weapons vault (arms room). Provide interior fire alarm and suppression system, communications/building information systems, and connection with the installation en ergy monitoring and control system (EMCS). Supporting facilities include electricity, water and sewer service; steam, fire protection; paving, parking, sidewalks, curbs and gutters; storm drainage; information systems; landscaping and site improvements. Minimum Department of Defense anti-terrorism measures will be provided. Heating and air conditioning will be provided by self-contained units. Comprehensive building and furnishings related interior design services are required. Access for individuals wi th disabilities will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) will be provided. This project is planned for advertising in October 2008. Contract duration is 480 days and estimated cost range ac cording to the FAR is $5,000,000 to $10,000,000. NAICS is 236220. Size limitation is $31.5M. 20% of the work is to be self-performed. Estimated award date is February 2009. All interested HUBZone, 8(a), or Service Disabled Veteran Owned Business cont ractors should notify this office in writing by mail on or before 4 April 2008 at 2:00 pm, Eastern Time. Responses should include: (1) Identification or verification of the company by the Small Business Administration as either a certified HUBZone, certif ied 8(a), or Service Disabled Veteran Owned Business. (2) Past Experience  Provide descriptions of projects completed within the last five (5) years which are similar to this project in size, scope, and dollar value. Projects considered similar in scope to this project include contiguous, retail, warehouse, multi-level administrative or office-oriented spaces, vehicle maintenance facilities greater than 40,000 SF. With each project experience provided, include the date when the project was completed, lo cation of the project, contract amount and size of project, the portion and percentage of work that was self-performed, whether the project was design/build or not, how the project was accomplished , a description of how the experience relates to the propo sed project, and performance rating for the work; (3) letter from bonding agency indicating performance and payment bonds approval for the project in the dollar range listed above ($5,000,000 to $10,000,000). NOTE: If qualified SBA HUBZone certified, or SBA 8(a) certified, or SDVOSB contractors do not provide satisfactory responses, this planned contract action will be approved for full and open competition. Send responses to: US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Pl ace, Room 821, ATTN: Katie E. Lochner, Louisville, KY 40202-2267. NOTE: 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 appropria te acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
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
SN01537685-W 20080322/080320233753 (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.